BHILAI STEEL PLANT
BHILAI
REPLACEMENT OF DC MOTOR TO AC MOTOR WITH VVFD
DRIVE FOR MIXER CUM NODULISING DRUM
SINTER PLANT-3
TENDER SPECIFICATION
FOR
MAIN PACKAGE
STEEL AUTHORITY OF INDIA LIMITED
CENTRE FOR ENGINEERING & TECHNOLOGY
RANCHI – 834002
JUNE, 2023
CET/01/BH/5041/TS/EE/01/R=0
BSP, SP-III
CONTENTS
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 3
CONTENTS - CHAPTERS
Chapter No.
Description
Page No.
1
Introduction
1.1 - 1.2
2
Scope of Work
2.1 - 2.12
3
Te
chnical Specification
3.1 - 3.52
4.
Commissioning and Performance Guarantee
4.1 - 4.3
An
nexures
Schedules
PACKAGE LEADER(PL)
TASK FORCE LEADER(TFL)
HOD (PL)
Paramita Mohanti
DGM(Elect)
Paramita Mohanti
DGM(Elect)
Pranay Kumar
CGM & I/c
BSP, SP-III
CONTENTS
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 2 OF 3
CONTENTS - ANNEXURES
Annexure No.
Description
No. of Pages
2.1.4-1
List of Acceptable Makes of Equipment and
Supplies
57
1.2
.1-1
Location of exis
ting an
d proposed facilities
at SP-3
1
2.1.9.2
-1
Implementation Schedule
1
2.4
.4-1
Existing motor founda
tion
4
3.2
.2.1-1
Datasheet & GA of exi
sting MND motor
7
BSP, SP-III
CONTENTS
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 3 OF 3
CONTENTS - SCHEDULES
Schedule No.
Description
No. of Pages
1.8-1
Declaration of Site Visit
1
1.8-2
List of Exclusions
1
1.8-3
List of Deviations
1
1.8-4
List of operation & maintena
nce spares for 2
years
1
1.8-5
List of Commissioning Spare
s
1
1.8-6
List of Special Tools and Tackles
1
1.8-7
List of first fill of oils and lub
ricants
1.8-8
Details
of
authorized
person
of
bidder
during tender evaluation
1
1.8-9
Requirement of construction water & power
1
BSP, SP-III
PAGE 1.1
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
1
INTRODUCTION
1.1
GENERAL:
1.1.1
There
are
two
Sinter
Plants
in
operation
at
Bhilai
Steel
Plant
(BSP),
namely,
Sinter
Plant-2
and
Sinter
Plant-3
(Sinter
Plant-1
has
been
phased out). Sinter Plant-2 (SP2) is having 4 machines (3x75 m
2
& 1x80
m
2
) whereas Sinter Plant-3 (SP-3) is having two machines (1st machine)
of 320 m
2
sintering area, and (2nd machine) of 360 m
2
machine area.
1.1.2
Sinter Plant- 3 was commissioned in the year 2001 with Sinter Machine-
1. Sinter Machine-2 at SP-3 was installed and commissioned in the year
2014.
1.1.3
Sinter machine -1 has Mixer cum Nodulising Drum (MND) for preparing
raw charge mix required for sintering process. This was installed by M/s.
BHEL in the year 1996. The DC drive for the motor was supplied by M/s
Siemens.
1.2
EXISTING FACILITIES
1.2.1
MND
has
730KW
DC
motor
of
BHEL
make
and
the
speed
variation
is
done through DC drive Siemens Sinamics
6RA80. The DC motor as well
as
the
DC
drive
has
frequent
breakdowns
calling
for
frequent
maintenance. The drive cards have become obsolete and spares for the
same
are
not
available.
The
expertise
for
maintain
DC
motor
is
also
gradually depleting. Bidder to refer “Location of existing and proposed
facilities” attached as
Annexure-1.2.1-1
1.3
OVERVIEW OF THE PROJECT
In view of the above problems, it is proposed to replace the existing DC
motor
with
state
of
the
art
AC
squirrel
cage
induction
motor
with
variable frequency drive for the Mixer cum Nodulising Drum of machine
-1. This will improve the
reliability
of the overall system
and
reduce the
down time required now for frequent maintenance.
It
is
suggested
to
go
for
AC
motor
with
variable
voltage drive
system
along with replacement of input transformer.
The existing gearbox will be retained. The existing civil foundation of DC
motor
and
foundation
plates
will
be
retained
to
the
extent
possible.
In
case
minor
modification
is
required
same
is
to
be
done
by
the
Bidder.
However, base frames can be modified/ new base frame can be installed
by
the
Bidder
to
suit
the
mounting
arrangement
of
the
new
AC
motor,
such that motors could be coupled with gear box and centre line of the
existing gearbox input shaft & motor shaft are in the same axis.
BSP, SP-III
PAGE 1.2
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
Dismantling work:
Existing
motor
(DC
motor
730
kW) along
with
the
respective
coupling
shall be dismantled. Existing base frames of the motor shall be modified
to
suit
the
new
AC
motor.
All
the
power
and
control
cables
shall
be
disconnected
from
motor
end
as
well
thyristor
converter
end.
Field
devices
connected
with
the
motor
shall
be
also
be
disconnected
and
removed. The motors, brakes and couplings shall be dismantled without
damaging
the
equipment
and
shall
be
handed
over
to
BSP
for
future
use.
All
the
foundation
bolts, coupling
bolts
shall
be
opened
through
tools. No gas cutting shall be allowed during dismantling of motors and
coupling.
VFD panel shall be installed in existing Electrical control building.
1.4
IMPLEMENTATION STRATEGY
1.4.1
The complete job of “Replacement of DC motor with AC motor and VFD
for
Mixer
cum
Nodulising
Drum
of
Sinter
Machine-1,
Sinter
Plant-3”
is
envisaged to be executed through single package on Turnkey basis.
1.4.2
This
tender
specification
pertains
to
be
executed
through
single
package
on
turnkey
basis
which
includes
installation
of
AC
motor,
Variable Frequency drive for MND motor, necessary cabling, interfacing
with existing
system,
air
conditioning
and
minor
modification
of
civil
foundation for placing motor drive etc.
1.4.3
Details Of Pre-Shutdown And Shutdown Activities With Duration
1.4.3.1
Details
of
activities
pre-shutdown
as
well
as
during
shutdown
and
their
duration
shall
be
mentioned
by
the
bidder
in
their
offer
and
also
to
be
shown in the implementation schedule.
Employer
shall
give
need
based
shutdown
without
affecting the shop operation.
Major
jobs
including
interfacing
with
existing
system
shall
be
done
by the bidder during one week of capital
repair shut down of sinter machine 1.
1)
Following are major pre shutdown activities: -
Tapping power from Substation 41
Cabling
between
Substation
41
to
drive
and
from
drive
to
new
motor
Panel enclosure for drive system along with ventilation system
Installation and parameterization of drive
Earthing
BSP, SP-III
PAGE
1.3
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
1.4.3.2
Shutdown activities during 7 days annual/planned shutdown shall be as
shown below:
Sl.
No
Activity
Day 1 of
Shutdown
Day 2 - 5
of
Shutdown
Day 6-7 Shut
down
1
Preliminary
shut
down
to
take
out
major
portion
of
existing M
ND motor.
Shop /
planned
shutdown
2
Chipping/
Dismantlin
g
of
exist
ing
Motor
foundation
as
per
requireme
nt
to
match
t
he
shaft
height
of
the
gear
box.
Drilling
&
grouting
of
dowel
s
&
RCC
concreting
with
epoxy/non-shrink
grouts
to
integrate
the
old
concrete
suiting
to
incoming
load
of
proposed
motor.
Necessary
curing
Civil
activities
during
shutdown
3
Inline
Inst
allation
of
new moto
r
Cable
term
ination
&
Drives
System
Interfacing
etc.
Motor
installation,
cable
termination,
drive
interfacing etc
4
Preliminar
y
shutdown
to take out
existing
t
ransformer
by
dis
connecting
cable etc.
Installation
of
new
transforme
r
in
existing
t
ransformer
Shop /
planned
shutdown
BSP, SP-III
PAGE 1.4
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
pane
Cable
termination
to
new transformer
1.4.4
Other site relat
ed details
1.4.4.1
Details
of
ove
r
ground
fa
cilities
at
erection
site
which
may
need
diversion and s
pecialhandli
ng equipment to be deployed at site, if any,
are to be clearly
brought ou
t by the bidder in their offer.
1.5
INTENT OF SPECIFICATION
1.5.1
The
intent
of
this
tender
specification
is
to
furnish
required
details
for
enabling the bidder to submit their best offers (technical & commercial)
as
per
the
scope
of
work
mentioned
at
chapter
2.0,
technical
specifications
at
chapter
3.0,
and
commissioning
&
performance
guarantee at chapter 4.0.
1.5.2
This
tender
specification
shall
be
read
in
conjunction
with
other
documents enclosed with the NIT.
1.6
SITE VISIT AND OTHER REQUIREMENTS
1.6.1
The
bidder
shall
visit
the
site,
study
drawings/
documents
and
discuss
with
the
employer/
consultant,
if
required,
regarding
any
technical
clarification
and
get
satisfied with
respect
to
the
nature
and
extent
of
work
involved.
The
bidder
shall
also
obtain
first-hand
information
regarding
location,
work
terrain,
climate
condition,
railways,
roads,
airports and communication etc. before offering the bid for the job.
1.6.2
All
materials/
equipment/
machinery/
fabricated
items
used
in
the
subject package shall be according to the specification given herein and
any
deviation
should
be
clearly
brought-out
in
schedules
of
exclusions
and
deviations
attached
with
this
TS.
No
mention
of exclusions
and
deviations
will
mean
that
the
bidder
has
accepted
the
scope
and
specification given herein.
1.7
DRAWINGS
AND
TECHNICAL
DOCUMENTS
TO
BE
SUBMITTED
WITH THE OFFER
1.7.1
The Bidder shall submit along with the bid, drawings / documents / data
as per the following details:
1)
kW
rating
calculation
&
Data
sheet
&
GA
drawing
of
proposed
motor
2)
Single line diagram.
BSP, SP-III
PAGE 1.5
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
3)
Manufacturers'
catalogues/
brief
technical
descriptions
of
offered
equipment and bought-out items.
4)
Schedule of quantity of equipment.
5)
Delivery/ commissioning schedule (Bar chart/PERT Network).
6)
Weight and mounting arrangement of motor
7)
Details
of
major
construction
equipment
required
for
carrying
out
the job within the stipulated time which they possess, with location
and
details
of
construction
equipment,
which
they
would hire
to
facilitate the dismantling, and construction activities.
1.7.2
Drawings
&
documents
listed
are
minimum
requirement
only. The
Bidder
shall
ensure
that
all
other
necessary
write-ups,
curves
and
information,
required
to
fully
describe
the
equipment
and
system
offered, are submitted with this offer.
1.8
SCHEDULES TO BE DULY FILLED AND SUBMITTED WITH THE OFFER
1.8-1
Declaration of site visit
1.8-2
List of exclusions
1.8-3
List of deviations
1.8-4
List
of
recommended
spares
for
two
years
normal operation
1.8-5
List of commissioning spares
1.8-6
List of special tools and tackles
1.8-7
List of first fill of oils and lubricants
1.8-8
Details
of
authorised
person
of
bidder
during
tender evaluation
1.8-9
Requirement of construction water & power.
BSP, SP-III
PAGE 2.1
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
2
SCOPE OF WORK
2.1
GENERAL
2.1.1
The
bidder
shall
be
responsible
for
execution
of
the
jobs
envisaged
for
“Replacement
of
DC
motor
with
AC
motor
and
VFD
for
Mixer
cum
Nodulising Drum of Sinter Machine-1, Sinter Plant-3” on Turnkey basis.
2.1.2
The
scope
of
work
shall
cover
design,
engineering,
procurement,
manufacture,
fabrication,
supply,
transportation,
insurance,
storage,
handling,
dismantling
&
removal
of
debris,
construction,
erection,
testing, commissioning, stabilisation and demonstration of performance
guarantee
of
the
complete
plant
and
equipment
to
the
satisfaction
of
the employer. The plant and equipment supplied shall be new and best
of its kind.
2.1.3
The
scope
of
work
also
includes
considering
the
prevailing
site
condition,
dismantling,
civil
work
&
structural
work,
modification
in
the
existing system (if required), diversion/ relocation/ protection of existing
over
ground
and
underground
facilities
interfering
with
the
proposed
units
in
agreement
with
the
Employer.
The
equipment
and
facilities
envisaged
shall
be
suitably
accommodated
without
any
hindrance/
fouling
with
the
existing
over
ground
and
underground
facilities.
The
bidder
shall
also
consider
site
condition/
adequacy
of
area
as
available
at site.
2.1.1
All
indigenous
items
shall
be
as
per
the
List
of
Acceptable
Makes
of
equipment
and
supplies
furnished
in
Annexure-2.1.4-1
attached
along
with NIT.
Also please note that:
a)
Where
more
than
one
Vendor
is
listed,
the
Contractor
is
free
to
choose
any
of
them,
but
it
must
notify
the
Employer
of
its
choice
well in advance prior to appointing any selected Vendor.
b)
The contractor shall not be permitted to propose a new vendor for
items
where
at
least
three
approved
vendors
are
available
for
providing
supplies.
However,
where
at
least
three
vendors
are
not
available
to
provide
supplies,
the
contractor
may
propose
additional
vendors
for
approval
of
the
employer.
The
employer
shall
intimate
their
decision
within
a
period
of
14
days
of
submission of request along with all supporting documents by the
Contractor.


BSP, SP-III
PAGE 2.2
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
c)
No
approval
of
the
Employer
is
required
to
be
obtained
by
the
contractor
for
procurement
of
items
that
are
not
listed
in
Annexure 2.1.4-1.
d)
The
list
of
approved
vendors
is
not
applicable
for
imported
equipment/
items
whose
prices
are
in
foreign
currency
unless
explicitly specified in Technical Specification
e)
Motor and drive shall be from the same manufacturer.
2.1.4
Layout
of
plant
and
equipment
shall
have
provision
for
easy
and
safe
movement
of
operation/
maintenance
personnel
for
operation/
inspection
of
the
running
plant.
Adequate
space
for
dismantling/
removal of equipment/ parts for repair shall also be built in the layout.
2.1.5
All the manufacturing/ fabrication works shall be carried out only on the
basis
of
approved
drawings
and
schemes
or
as
directed
by
the
employer.
Approval
given
by
the employer
shall
not
relieve
the
bidder
of any obligations under the contract.
2.1.6
Wide
Parallel
Flange
Beam
(WPB) and
Narrow
Parallel
Flange
Beam
(NPB) sections,
being
produced
by
SAIL,
shall
be
used.
In
case
of
non-
availability /non- suitability of WPB or NPB sections, tapered rolled SAIL
sections
or
built
up
sections
using
SAIL
steel
shall
be
used.
This
is
in
addition
to
the
relevant
clauses
of
SBD
with
regards
to
usage
of
SAIL
steel.
2.1.7
Any
equipment/
work/
service,
which
may
not
have
been
specifically
mentioned
in
this
document
but
is
necessary
for
completeness
of
the
work,
shall
be
clearly
brought
out
in
the
offer
and
included
in
their
scope of work.
2.1.8
Scope of Services
1)
Receiving
of
equipment
from
bidder’s
stores/
employer’s
stores
and transportation to site.
2)
Unloading
of
equipment
at
site,
unpacking,
cleaning
up,
and
checking for completeness and transportation to site for erection.
3)
Transferring of centre lines and levels from standard benchmark(s),
including geodetic survey.
4)
Filling of lubricants/ grease as per manufacturer’s instructions.
5)
Supply of all erection consumables like oil, kerosene, cotton waste,
oxygen
and
acetylene
gas
cylinders,
electrodes,
asbestos
sheets,
asbestos ropes, sealing compounds etc.
BSP, SP-III
PAGE 2.3
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
6)
Arranging
tools,
tackles,
construction
&
erection
machineries,
cranes
and
other
handling
&
testing
equipment,
scaffolding,
temporary
platforms,
erection
fixtures,
skilled/semi-
skilled/unskilled personnel etc
7)
Required
loading/
unloading
/ transportation
of
the
equipment
part, which may require repairs at employer’s repair shop(s).
8)
Arranging
inspection
of
equipment
at
manufacturer’s/
sub-
supplier’s works wherever required as per approved QAP.
9)
Arranging
and
rendering
equipment
and
personnel
to
employer
for checking the correctness of the work in progress.
10)
Submission of test certificates and data sheet from approved third
part testing laboratory or manufacturer respectively.
11)
All equipment shall conform to the relevant provisions of Statutory
and
other
Regulations
in
force
such
as
Indian
explosives
Act,
Indian
Factories
Act,
Indian
Boiler
Regulation,
State
Factories
Act,
Indian
Electricity
Rules,
Central
Pollution
Control
Board,
Indian
Weights & Measures Act as applicable. The bidder shall provide all
necessary
assistance
to
the
employer
to
get
all
the
installations
within
the
scope
of
supply
approved
by
the
concerned
legal
authorities.
12)
Any rectification / modification of existing facilities required during
erection of equipment.
13)
The bidder shall be responsible for protection and / or diversion of
underground
and
all
existing
over-ground
services,
wherever
required and / or diversion of the underground services which are
indicated
in
the
drawing
made
available
to
the
bidder. In
case
there are under-ground services which need to be protected and /
or
diverted
but
are
not
shown
in
the
drawing,
the bidder shall
be
responsible
to
execute
the
same
at
extra
price,
if
any,
to
be
mutually agreed between bidder & employer.
14)
Sundry
works
such
as
making
of
holes,
grouting,
chiselling
of
holes/
opening
through
walls,
ceiling,
floors,
steel
structures,
etc.
including
providing
inserts
as
per
requirement,
cleaning
of
site
periodically and at the time time of final handing over.
15)
Periodic
transportation
including
Loading,
unloading
and
spreading
the
unserviceable
material,
debris
&
surplus
excavated
earth
with
all
lift
and
lead
within
plant
premises
unless
otherwise
specified.


BSP, SP-III
PAGE 2.4
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
16)
All
instructions
in
the
manuals
for
assembly,
erection,
testing
and
commissioning of the equipment shall be in English.
17)
Clearance
of
installations
from
the
statutory
and
other
concerned
authorities on behalf of Employer. The successful bidder shall
also
assist
in
preparing
application
forms,
providing
necessary
drawings, documents, test certificates etc., including necessary co-
ordination with statutory and other concerned authorities.
2.1.9
Implementation Schedule
2.1.9.1
The project shall be implemented within a period of 12 (twelve) months
from the effective date of contract up to commissioning.
2.1.9.2
An indicative implementation schedule is shown at
Annexure 2.1.9.2-1
.
However,
the
bidder
may
improve
upon
the
same
and
submit
a
schedule
with
their
offer,
showing
all
major
activities,
with
respective
duration proposed.
2.1.10
Discipline
wise
scope
of
work
has
been
elaborated
in
the
subsequent
clauses of this Chapter.
BSP, SP-III
PAG
E 2.5
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC m
otor
with VFD for mixer cum nodulising
drum
2.2
ELECTRICAL & AUTOMATION
2.2.1
The major equipment/ system in the scope of work shall include but not
limited to the following:
Sl.
No.
Description
Qty.
1.
Tapping
Power
at
6.6kV
from existing
HT
switch board
6.6 KV feeders available at substation 41. Bidder
shall tap power from one of these feeders , after
installing
su
itable
numer
ical
relay
and
meters
on this inco
mer
1 Lot.
2.
Variable Frequency drive (VFD)-
Variable
fr
equency
dri
ve
drives
shall
be
provided
fo
r
new
AC
motor
for
mixer
and
nodulising
drum. Indo
or
isolator
shall
be
provided be
fore VFD.
Location: Ex
isting Electric
al control building in a
separate AC
enclosure
1 no.
3.
Spare VFD
Panel
mou
nted
VFD
a
nd
cable
connection
arrangemen
t
1 no.
4.
Transforme
r for VFD
Only
extern
al
transformer
shall
be
used.
It
shall
be
installed
in
existing
5
00V
transformer
pane
after disman
tling the sam
e.
1 no.
5.
AC Motor
Suitable
ca
pacity
induc
tion
motor
shall
be
provided.
B
idder
shall
m
atch
the
foot
print
of
the new mo
tor with existi
ng motor.
1W+1standby
6.
Interfacing
with existing
PLC system
Existing mo
tor is controlle
d by Rockwell Control
Logix system
All necessar
y signals for o
peration & controls of
VFD shall be
hardwired to
this existing PLC.
Lot.
BSP, SP-III
PAGE 2.6
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to
AC motor
with VFD for mixer cum nodulising
drum
7.
PC
based
workstation
for
operation
and
control of proposed drive
Location: existing Electrical control building
1 set
8.
Unint
errupted Pow
er Supply (UPS)
Dual
Parallel
redu
ndant
UPS
system
having
comm
on battery ba
nk of suitable rating shall be
provid
ed for feedin
g power supply to new drive
system
, PC based w
orkstation etc.
1 Set
9.
LT
Power tapping
for
ACVS
and
UPS
from
existin
g PDB
Lot
10.
Suppl
y, laying and t
ermination of cables
6.6kV
UE
HT
power
cables for
incoming
supply to pro
posed system
Power
and
control
cable
for
new
AC
motors
Lot
11.
Earth
ing & lightnin
g protection
Earthi
ng
system
sh
all
be
provided
as
per
IS
3043:2018
and
Lightning
protection
system
shall b
e as per IS 23
09: latest revision.
Lot
2.3
UTILITIES
2.3.1
Air-condition
ing
Split
type
air
conditioners
f
or
new
drive
enclosure with
100
%
standby
shall be provi
ded.
2.4
CIVIL
2.4.1
The
scope
o
f
the
works
cover
design,
engineering,
preparation
of
general
arran
gement
and
detailed
working
drawings,
obtaining
the
approval
of
the
same
from
the
purchaser/
consultant
and
construction
of the civil eng
ineering work
s complete on turnkey basis.
2.4.2
The
entire
wo
rk
shall
be
as
per
IS
of
latest
edition
of
Bureau
of
Indian
Standards (BIS
) and technica
l specification of this document.
2.4.3
The
scope
of
construction
work
shall
include
supply
of
all
labour,
materials,
too
ls
and
tackle
s,
plant
and
equipment
for
carrying
out
BSP, SP-III
PAGE 2.7
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
surveying,
site
clearance,
production
and
laying
of
controlled
concrete,
curing,
laying
and
cutting
of
reinforcement,
bar
bending,
lapping,
welding
of
base
frame,
binding,
drilling/chipping
in
existing
structures,
&
bitumen
painting.
The
scope
also
envisages
adequate
safety
to
workman
involved
in
the
proposed
construction
work
as
per
standard
codes and plant safety norms.
2.4.4
The
major
units
for
civil
construction
in
addition
to
scope
described
elsewhere in the TS are as described below:
1)
Existing
motor
foundation
shall
be
utilized
for
mounting
the
proposed
equipment.
All
necessary
modification
and
strengthening
of
existing
RCC
foundations
of
MND
motor
suitable
for
new
AC
motor
shall
be
done
as
per
technological,
system
&
site
requirement for new incoming loads of equipment. This may involve
modification
of
base
plate,
anchor
bolts
including
drilling
&
dowelling
in
existing
foundation.
To
keep
the
shutdown
minimum
(refer
clause
1.4.3)
use
of
non-shrink
grout/rapid
hardening
concrete
/ micro
concrete
shall
be
under
the
scope. Existing
motor
foundation drawing attached as
annexure 2.4.4-1.
2)
New panel enclosure with
glazed aluminium
partition with
doors in
existing ECR.
3)
Minor civil works like chipping/dismantling of existing floors, drilling
&
dowelling,
cable
trench
with
cover
for
routing
of
cables,
making
of
pedestals/base
frame
wherever
required
for
placing
panels
&
other
electrical
equipment
as
per
technological
&
process
requirement.
Use
of
diamond
cutter
for
dismantling
shall
be
resorted to get the job done in minimum shut down time.
4)
Grouting
of
under
base
plate,
bolts/pockets
using
Non-shrink
grout/epoxy as per requirement for all civil works.
5)
Restoration
of
all
dismantled
facilities/structures/floors
to
original
condition.
2.4.5
The
scope
of
work
shall
also
include
all
dismantling,
diversions,
protections,
of
service
lines
wherever
necessary
with
the
approval
of
employer and/ or his consultant.
2.4.6
Shut
down
requirement,
if
any,
for
civil
works
shall
be
planned
in
consultation with BSP (SP3) Operation in such a way that it matches with
the normal shutdown periods of the shop. Special care shall be taken to
protect
the
existing
adjoining
foundation
and
facilities,
and
execution


BSP, SP-III
PAGE 2.8
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
shall
be
planned
in
such
a
way
that
there
is
no
disruption
of
normal
working of Plant.
2.4.7
As
most
of
civil
works
are
to
be
done
in
running
plant
beside
mixing
drum & other electrical equipment, safety barricades are to be installed
at
construction
site.
Suitable
protection
like
shoring
&
strutting
to
be
considered
for
construction
of
foundations
which
are
very
near
to
existing
foundations
of
structures/equipment
for
ensuring
safety
&
stability.
2.4.8
If
felt
necessary
for
adherence
to
time
schedule,
Bidders
shall
use
high
strength
micro-concrete
with
compatible
curing
compound
from
reputed
Manufacturers
as
per
their
specifications
(SIKA,
BASF,
FOSROC
or equivalent).
2.4.9
The bidder should visit the work site and completely acquaint himself of
the
site
and
local
conditions,
presence
of
existing
underground/over
ground
structures/facilities/
services,
study
existing
drawings,
check
availability
of
constructional
materials,
work
restrictions,
safety
hazards,
sub-soil
conditions,
GWT
soil
data
(also
described
here),
obstructions
and other details before submission of tender. After submission of price
bid
no
claim
whatsoever
on
account
of
the
site
conditions
shall
be
entertained.
2.4.10
The other Scope of work for the Bidder shall also include:
a)
Transferring
&
fixing
of
reference
lines
&
bench
marks
for
set
up
of layout & construction / erection works.
b)
Shoring or protection work as required.
c)
Disposal
of
debris
got
out
of
dismantling,
loading
and
unloading
the same at 10km from the site.
d)
Sampling
&
testing
of
construction
material
on
the
specimens
taken during execution of the work. The testing shall be performed
by a separate agency, approved by the purchaser.
e)
All
construction
equipment
required
for
execution
of
the
work
shall
be
arranged,
procured
&
hired
by
Bidders
along
with
operations,
skilled
&
semiskilled
personnel.
The
Bidders
shall
also
furnish a list of construction equipment to be deployed by him.
f)
Transportation of surplus earth to a place earmarked by employer.
g)
The
Bidder
shall
also
be
responsible
for
co-ordination
with
other
agencies
working
for
the
successful
and
timely
implementation
of
the work.
h)
The Bidder shall abide by the safety rules and all rules imposed by
State Government & Central Government as in force.


BSP, SP-III
PAGE 2.9
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
i)
The
Bidder
shall
render
all
labour,
tools
and
appliances
to
the
purchaser
for
day-to-day
supervision
of
the
work
&
checking
of
the accuracy of works.
j)
The
scope
of
work
of
bidders
is
not
limited
to
the
major
item
of
civil works as elaborated above but includes all civil works required
for
the
successful
completion
&
commissioning
of
the
project
without any extra cost.
2.4.11
Site
office
and storage
go-downs
for
cement
&
other
construction
material
and
fabrication
yard
for
reinforcement,
inserts
etc.
shall
be
constructed by the bidder at own cost.
2.5
DRAWINGS AND TECHNICAL DOCUMENTS
2.5.1
Following
drawings
and
documents
are
to
be
submitted
by
the
bidder
within 30 days of effective date of contract.
1)
AC Motor kW Calculation & data sheet
2)
Drive sizing calculation
2.5.2
Following documents are to
be submitted by the bidder within 60 days
of effective date of contract.
1)
Un priced PO of motor
2)
Un priced PO of VFD
2.5.3
The
following
drawings
/ documents
shall
be
submitted
by
the
bidder
after placement of order:-
Discipline
Description
Process and
Technology
1)
L-II network (To be submitted within 3 weeks of
placement of order)
2)
QAP
3)
Layout of panels
Electrical
1)
Single line diagram
2)
GA, Data sheets and BOM of VFD drives,
3)
GA,
Data
sheets
&
Characteristic
curve
of
MND
motor.
4)
Data
sheet
of
HT, LT
Power
&
Control
cables
along
with
Cable
routing
layout
and
cable
schedule
BSP, SP-III
PAGE 2.10
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
Discipline
Description
4) Earthing
drawing
Process control
and
Automation
1)
Data sheet of PC based Workstation
Civil
1)
Design Criteria
2)
Anchor bolt plan & bar bending schedule
Utility
1)
GA of Air conditioning sy
stem
Manuals
1)
Operation Manual
2)
Maintenance Manual
3)
Erection Manual
2.5.3.1
The
drawings/
do
cuments
submitted
after
place
ment
of
order
shall
be
submitted
for
app
roval as
per
SBD
Cl.
No.
20.3.
The
drawings
of
sub-
suppliers
shall
be
duly
vetted
and
stamped
b
y
the
principal
bidder
before submission to employer.
2.5.3.2
Drawings
shall
be
submitted
in
pre-decided
and
agreed
sequence.
In
order
to
expedite
the
approval
of
drawings,
engineering
meeting
shall
be routinely held
with the bidder at plant/ consu
ltant’s location every 2
to
4
weeks
for
cl
earing
of
drawings
across
the
table
and
sorting
out
issues,
if
any.
T
hese
meetings
are
to
be
he
ld
during
the
entire
engineering phase
of a project.
2.5.3.3
Drawing / docume
nt submission methodology
:
The
Contractor
s
hall
submit
2
hard
copies
of
the
drawings
to
the
consultant
and
3
hard
copies
to
the
Employer
for
approval
in
accordance
with
Sub-Clause
20.3.1
to
20.3.3
of
SBD.
Within
fourteen
(14)
days
after
receipt
by
the
Project
Manager
/ Consultant
o f
any
drawings
/ document,
the
comments
of
consultant
along
with
the
comments
from
employer
shall
be
incorporated
in
the
hard
copy
and
necessary
stamping
shall
be
done
by
the
consultant.
Hard
copy
of
commented
drawing
/(OR) Scanned
copy
of
the
stamped
drawing
shall
then
be
handed
over
/ mailed
to
the
Contractor
by
the
consultant.
Within
seven
(7)
days
after
receipt
of
the
commented
drawings
from
consultant, the Contractor shall take out 5 prints of the same and out of
these,
4
hard
copies
shall
be
sent
to the
employer
and
one
hard
copy
shall be sent to the consultant. In case, the drawing is not approved, the
Contractor
shall
prepare
the
revised
drawing,
after
suitably


BSP, SP-III
PAGE 2.11
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
incorporating the comments given by employer/ consultant, and submit
the same for approval, in 3 hard copies of the drawing to the consultant
and 3 hard copies to the employer for scrutiny within 10 days from the
receipt of commented drawings from the Consultant. The above process
shall be continued till the drawing is approved.
Hard copy of approved
drawing
/ (OR)
Scanned
copy
of
the
approved
drawing
shall
then
be
handed over / mailed to the Contractor by the consultant.
Within seven
(7)
days
after
receipt
of
the
approved
drawing
from
consultant,
the
Contractor
shall
take
out
5
prints
of
the
same
and
out
of
these,
4
hard
copies
shall
be
sent
to
the
employer
and
1
hard
copy
shall
be
sent
to
the consultant.
The Contractor shall submit hard copy (3 sets) and soft copies of as built
drawings (5 sets) on flash drive (pen drive) in true pdf or tiff format (full
set
of
drawings
as
per
the
approved
drawing
list)
after
Commissioning
Test as per clause 20.3.10 of GCC. Layout drawing shall be submitted in
AutoCAD
format
and
other
drawings
in
readable
true
pdf/tiff
format.
Manufacturing
drawings
of
critical
parts,
spares
and
fast
wearing
parts
shall
be
supplied
by
the
bidder.
However,
manufacturing
drawing
for
fast
wearing
parts
that
are
of
proprietary
nature
of
bidder
&
bidder’s
sub-vendors may be excluded.
2.5.3.4
Format of bidder drawing list shall have minimum following fields:-
1)
Sl. No.
2)
Employer drawing No
3)
Bidder drawing No
4)
Name of consortium member
5)
Area
6)
Drawing/Document Name
7)
Category (Approval/Reference)
8)
Discipline
9)
Stage (BE/DE)
10)
Schedule date of submission
11)
Remarks
2.5.3.5
Drawing
list
shall
be
in
excel
format. Any
additional
field,
if
required,
shall be added after Column 11. In case the drawing has more than one
sheet,
employer
drawing
shall
include
the
sheet
number
as
part
of
drawing number.


BSP, SP-III
PAGE 2.12
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
2.5.3.6
Editable
format
soft
copies (3 sets) on
suitable
media of
all
“
As-Built”
drawings (full
set
of
drawings
as
per
the
approved
drawing
list) and
manufacturing
drawings
of
critical
parts,
spares
and
fast
wearing
parts
shall be supplied by the bidder.
2.5.3.7
In
case
the
proposed
plant
uses
any
process,
equipment
or
software
which
is
covered
under
any
patent
and
SAIL
is
required
to
have
the
relevant
user’s
license
for
the
same,
the
scope
of
work
of
this
tender
shall
include
transferring
such
licenses
to
SAIL
and
indemnifying
SAIL
against infringement of any intellectual property rights.
2.6
BATTERY LIMIT
Incoming
Electrical
1.
HT Power Supply at 6.6 kV for proposed
drive
from
spare
feeders
available
at
HTSS-41.
Process Control &
Automation
1.
Interfacing
of
proposed
drive
with
existing Rockwell Control Logix PLC
2.7
EMPLOYER’S OBLIGATION
Construction
water
and
power
shall
be
provided
to
the
bidder
as
per
SBD Cl. No. 20.4.2 and 20.4.3.
Providing shutd
own as planned.
2.8
TRAINING
The
bidder
sha
ll
make
arrangement
for
training
of
em
ployer’s
and
consultant’s per
sonnel in the area of design & engineering,
operation &
maintenance of
plant and equipment under the scope of wo
rk as below:
1.
On s
ite for 20 man-days
2.9
The
bidder
will
identify
any
hazard
/ risks which
may
r
esult
in
fatal
accidents
/ sev
ere
damage
to
human
health
and
safety
,
damage
to
equipment
and
material
resulting
in
loss
of
time
and
having
cost
implication.
The
bidder
will
carry
out
the
above
assessment
and
formulate appropriate action plan to prevent such incidents. This action
plan shall be submitted to the Employer before start of the work.
BSP, SP-III
PAGE 3.1
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
3
TECHNICAL SPECIFICATION
3.1
GENERAL
3.1.1
Plant Location
Bhilai Steel Plant is situated in Durg District of the state of Chattisgarh.
The plant is located in the immediate vicinity of Bhilai Railway station on
Howrah
- Nagpur
- Bombay
railway
line.
The
average
elevation
of
the
site is 305 m above mean sea level.
3.1.2
Climatic Conditions
3.1.2.1
The
region
is
characterized
by
a
tropical
climate
with
heavy
rains
in
June,
July,
August
and
September.
Remaining
months
of
the
year
have
sunny days with almost no rains.
3.1.2.2
The meteorological data for Bhilai is as follows:
Air Temperature
Absolute Maximum
48
o
C
Absolute Minimum
4
o
C
Average
35
o
C
Average temperature (winter)
20
o
C
Average temperature (summer)
37
o
C
Relative Humidity
Maximum
100 %
Minimum
7 %
Rainfall
Highest Annual
1644.8 mm (1981)
Highest Monthly
551.2 mm (1990)
Highest. Daily
182 mm (1982)
Maximum wind Velocity
12.44 m/sec
Earthquake Factor
As per IS 1893 –
1991
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.2
CET/01/BH/5041/TS/EE/01/R=0
3.1.3
Nearest Airport
The
nearest
domestic
airport
is
at
Raipur,
which
is
30
km
away
from
Bhilai.
3.1.4
Communication Facilities
Postal,
Telegraph,
Telephone,
Internet
and
Fax
facilities
are
available
at
Bhilai.
3.2
ELECTRICAL
3.2.1
Basic Site / Design Condition
3.2.1.1
All the equipment & components shall be located in hot, humid, tropical
and dusty atmosphere in an adverse industrial environment as prevalent
in
Sinter
Plant-III of
BSP.
For
the
purpose
of
equipment
design,
the
ambient
conditions
are
to
be
considered
as
50ºC
ambient
temperature
& 100% maximum relative humidity. All equipment shall be de-rated for
50ºC if not designed for 50ºC.
3.2.1.2
All
equipment
shall
be
suitable
for
continuous
operation
delivering
rated output without affecting system performance under such variation
in power supply as stated above.
3.2.1.3
All
equipment
shall
conform
to
the
Technical
Specification,
in
case
of
any
deviation
same
has
to
be
explicitly
spelt
out,
specifically
discussed
and mutually agreed upon between the Bidder and the Employer.
3.2.1.4
Standards
a.
The electrical equipment/ items shall be designed, manufactured,
installed
and
tested
in
accordance
with
latest
IS/
IEC,
as
applicable to respective equipment.
b.
All
equipment/
items
shall
generally
comply
with
the
latest
revision
of
the
following
Indian Electricity
Rules,
1956
(latest
revision).
c.
Indian Electricity Act, 1910 (latest revision).
3.2.1.5
All equipment/ items shall also comply with the statutory requirements
of the Government of India, Chhattisgarh government.
3.2.1.6
The
Bidder
shall
follow
the
safety
rules
of
BSP
and
shall
take
clearance
before
starting
the
work,
from
BSP
to
ensure
compliance
to
rules
and
extant practice.
3.2.1.7
Design
and
selection
of
equipment/
items
shall
be
done
taking
into
consideration
of
easy
inspection,
testing,
maintenance,
cleaning
etc.,
to
be
carried
out
at
site
without
disrupting
process
or
taking
prolonged
shutdowns.


BSP, SP-III
PAGE 3.3
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
3.2.1.8
Basic Design Parameter of Existing Power Supply System
1)
HT Power supply system
Voltage
6.6 k V
Voltage variation
+
10 %
Frequency
50 Hz
Variation
+
5 %
Fault level at 6.6kV
40 kA for 3 sec
2)
LT Power supply system
Voltage
415 V
Voltage variation
+
10 %
Frequency
50 Hz
Variation
+
5 %
Fault level at 415 V
50 kA for 1 sec
3)
Control supply
:
240 V AC
220 V DC
Any other voltage required by the bidder shall be derived by the
bidder by installing suitable transformer.
3.2.2
Existing Equipment Specification
3.2.2.1
Existing Motor Specifications
Type
DC Motor (BHEL Haridwar make)
Application
Mixer and nodulising drum
Duty cycle
Mill duty (S1)
Rated power (50
deg C
730 kW
Rated Speed
750 RPM
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising d
rum
PAGE 3.4
CET/01/BH/
5041/TS/EE/01/R=0
Rated voltage
500 +6 /- 9% V
Rated frequency
50 +4 /- 6% Hz
Full Load
Current
1569 A
Excitation
Current
14 A
Excitation type
Separate
Excitation
voltage
230 V
Electrical
feeding
6-pulse 4-Quadrant Thyristor
ized DC Drive (Make -
Siemens 6RA24)
Field feeding
Single quadrant thyristerized
pack
No. of starts pe
r
hr.
20
FL torque
9295 Nm
St. torque
18590 Nm
Max. torque
16267 Nm
Acc time
7-10 sec
Efficiency
94.2(full load), 94 (75% load),
93.5(50% load), 90%
(25 % load)
Degree of
protection
IP 52
Method of
cooling
TEFC, external blower
Insulation Clas
s
H
Frame size
MDS 824M
BSP, SP-III
PAGE 3.5
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
Weight
8200 Kg
Shaft extension
provision
For tacho
RTD
Fo
r stator winding & beraing
Reducer
Parallel shaft, gear ratio 1/28.3
Mounting
B3
R
Bidder
to
refer
“Data
sheet
&
GA
of
existing
MND
m
otor”
attached
as
Annexure-3.2.2.1-1.
3.2.2.2
Details of existing Mix
er cum Nodulising Drum
Mixing
cum
Nodulisi
ng Drum
(MND)
is
a
single
rot
ary
drum
in
which
mixing of raw charge
required for sintering takes pla
ce. After Mixing of
raw charge water addition and nodulising also takes place in MND.
Equipment Type
Rotary Drum Type
Design Capacity
860 T/Hr
Addition of water
40 T/Hr (max)
Charge Method
Belt Conveyor
Retention Time of raw material
Approx 5 min (at max. speed)
Inside Drum Dia
4.6 Mtr
Drum Length
21.0 Mtr
Space factor
12.7 % at max. speed
Drum revolution
approx 5 rpm (at max. speed)
Inclination
1.83 deg
Direction of rotation
Clockwise
looking
from
charging side
3.2.3
Proposed Motor
Exact size of the motor shall be calculated and submitted in the offer.
The
motor
shall
be
s
o
designed
so
as
to
match
the
starting,
maximum
and
nominal
torque
requirement
of
the
existing
motor.
Also
the
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.6
CET/01/BH/5041/TS/EE/01/R=0
overload capacity shall be at least 200% for 60 sec. in every 10 minutes
duration.
The
base
frame
shall
be
modified
by
providing
proper
seating
arrangement
for
AC
motor
over
the
existing
base
frame
such
that
the
centre line of the gear box input shaft & motor input shaft are inline.
A spare motor shall also be supplied.
3.2.4
Brief Description of the Proposed System
3.2.4.1
Power
at
6.6 kV
shall
be
tapped
from
existing
spare
feeder available
in
HTSS-41. New HT Power cables shall be provided from HT switch board
to new drive
and cable of suitable voltage from drive to new AC motor
terminal as mentioned in Chapter 2.0.
3.2.4.2
The
proposed
drives
shall
be
interfaced
with
existing
PLC
Rockwell
Control
Logix
.
A
PC
based
workstation
shall
be
installed
in
the
proposed
electrical
control
building
for
operation
and
control
of
proposed drives and PD fan motors.
3.2.4.3
A
standby
drive
shall
also
be
panel
mounted
along
with
the
working
drive with changeover cable facility.
3.2.5
Variable Frequency Drives (VFDs)
3.2.5.1
Application
The
specification
of
VFD
covers
design,
manufacture,
test
supply
and
delivery
of
Medium
voltage
AC
drives
including,
but
not
limited
to,
isolation
transformer,
VFD,
input
starter,
power
factor
correction
controller, in accordance with this specification.
3.2.5.2
The VFD will
be factory pre-wired, assembled and tested as
a complete
package
by
the
VFD
supplier.
The
specific
drive,
motor
and
application
data will be pre-loaded into the operator interface and will be tested.
3.2.5.3
Standards
Applicable Standards
IEC61800-2, ANSI
DIN VDE
IEEE 519-1992
3.2.5.4
Selection Criteria
Drive rating shall be based on kW rating calculation of proposed motor,
referred at cl 3.2.3.
Drive
will
be
selected
for
precise
speed
regulation
and
energy
optimization in order to meet the technological / process requirement.
BSP, SP-III
PA
GE 3.7
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
Drive
configuration
will
be
selected
to
contain
the
total
harmonic
distortion limit as per guide lines given in relevant IEEE standards.
3.2.5.5
Technical specification
The
AC
drive
covered
under
the
specification
will
be
state
of
art
in
the
area
of
control
and
regulation
technology
for
AC
drives
and
will meet
the specifications as given below:
S.
No.
Item Description
Technical Specification
1.
Input power supply
Voltage - 3 phase, 6.6 kV AC
+
10%
Frequency
- 50
Hz
+
5 %. (
Drive
can
be
690V/6.6
kV
as
per
the
manufacturer’s standard)
2.
Basic design
particular & Type of
connection
Basic design particulars
:
54
pulse
isolation
transformer
shall
be
provided
9
cells
per
phase
(min
700V
each)
will
be
there.
Cell
redundancy
ha
ving
N+1
cells
(cell
topology)
to
be
at
least
considered
in
each
ph
ase.
C
ell
bypass
feature
with
static
sw
itch.
Ba
lanced
voltage
with
no
neutral
sh
ifting.
W
ith
dry
type
integrated
tr
ansformer.
D
igital
control
technology
with
ve
ctor
control
technique
(with
Pulse
ge
nerator feedback).
Su
itable
for
constant
torque
ap
plications
as
per
requirement of
ex
isting
motor,
requiring
harmonic
co
ntrol as defined by IEEE 519-1992.
In
sulation
to
be
suitable
for
high
sw
itching
frequency.
The
drives
will
ha
ve following features:
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising d
rum
PAGE 3.8
CET/01/BH/5041/TS/EE
/01/R=0
S.
No.
Item Description
Technical Specification
-
Fully
regenerative
topology
for
bi-directional
power
flow.
D
igital
drives.
-
Surge suppressor
-
Pre-charging resistor
-
Provision
for
monito
ring,
modification,
uploading
and
downloading
of
parameters
from
remote station.
-
Adaptable
to
actual
su
pply
frequency.
-
Quick
fault
detection
&
quick
response
by
the
prote
ctive
devices.
-
Highly efficient ~98%.
-
Full
integration
with
autom
ation
system.
-
Torque
&
speed
control
with
high dynamic performance.
DC
link
capacitors
&
common
DC
bus
Provision
of
copper
bus
bars
o
r
tin
plated
copper
bus
bars
for
AC
o
r
DC
bus
bar
system
in
the
main
drive
panel.
Type of connection
Converter section
Insulated
Gate
Bipolar
Trans
istor
(IGBT) based rectifier
Inverter section
-
IGBT
based
Sine
coded
P
WM
control
-
The
inverter
can
be
integr
ated
with
Insulated
Gate
Bi
polar
BSP, SP-III
PA
GE 3.9
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
S.
No.
Item Description
Technical Specification
Transistor
(IGBT)
based
drives
multi-level topology
-
VFD
will
communicate
to
basic
automation
system
on
system
communication bus.
3.
Drive contro
ller
technology
So
ftware
configurable
with
pulse
en
coder
feedback
(with
sensor)
or
Se
nsor
less
Dynamic
Torque
Vector
m
ode (single motor).
Fu
ll,
closed
loop
flux
vector
control
w
ill
be
available
for
constant
torque
ap
plications.
4.
Minimum
nominal
rating
of
VF
D
drive
(Continuous
rating)
1.1
x
Rated
kW
of
motor
(
rated
curre
nt/full load current of the motor, )
Shor
t
time
duty
150%
of
motor
current
ratin
g
5.
Dv/dt
at
the
motor
terminals
Limit
ed to 10V/µs
If
dv
/dt exceeds
more
than
above
value
Insul
ation level of the motor needs to be
incre
ased as per the following:
Line
to
line
stator
rated
voltage
(Vac
RMS
)
Peak
Line
to
Line
Output
voltage
(Vpk)
690
2000
2400
3394
3300
4243
6600
9334
6.
Overload ca
pacity
150%
for 1 minute
7.
Efficiency
> 97
%
or
better
at
full
speed
and
full
load.
8.
Power factor
> 96
% from 30-100% power
9.
Regulated
power
supply
for
-
Vo
ltage variation of (+/-) 0.1 % with
an
input variation of +10%-15%.
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising d
rum
PAGE 3.10
CET/01/BH/5041/TS/EE
/01/R=0
S.
No.
Item Description
Technical Specification
reference setting
-
Steady
state
regulation
of
(+/-)
0.25%
guaranteed
against
10
0
to
200 % load disturbance and + 3
%, -
6%
input
supply
frequ
ency
variation.
10.
Ground
fault
withsta
nd
In case of any ground fault, the AC d
rive
will be capable to withstand and will
display the ground fault, without an
y risk
of shock
11.
Coolin
g medium
Forced air-cooled with fan redundan
cy
with automatic switchover facility/ w
ater
cooled unit
12.
Enclosure
protect
ion
IP-21 or better
13.
Constr
uctional
feature
s
The
drive
will
be
modular
desig
n
to
provide
for
ease
of
mainten
ance.
Metal
or
glass
barriers
will
be
provided
between
each
ve
rtical
section
and
between
the
low
vo
ltage
compartment
and
the
power
c
ell.
It
will
have
access
to
the
low
vo
ltage
compartment,
with
VFD
energ
ized,
without
exposed
to
any
me
dium
voltage.
Microprocessor
based
control
logic
board with their power supply system
will not be exposed to high volta
ge.
Enclosures
will
be
sealed
to
pro
vide
environmental
protection
and
to
eliminate
radio
frequency
interference
Enclosures
will
be
designed
to
a
void
harmonic
and
inductive
he
ating
effects.
Power
module
will
be
short
c
ircuit
proof.
Chronological
fault
message
me
mory
BSP, SP-III
PA
GE3.11
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
S.
No.
Item Description
Technical Specification
with LCD display
En
closures
will
be
designed
for
co
nductive dust.
14.
Main
power
components
in
incoming AC
side
Ci
rcuit
breaker
complete
with
short
circuit,
over
current
and
earth
fault
pr
otection
M
atching
input
isolation
tr
ansformer
/ line
reactor
for
ha
rmonic and noise suppression.
AC line surge suppression network.
D
C link with LC filter
Si
nusoidal EMC filter
D
i/dt filter
D
u/dt filter
E
MC filter
15.
Load
side
components
Fi
lter
network shall
be
designed
to
av
oid
spikes
supplied
to
existing
m
otor by the VFD output.
O
ver-load relay for each motor.
Li
ne
contactors
in
output
side
(b
etween motor and invertor).
O
utput
reactor
/ terminator
(if
re
quired)
16.
AC-
DC conve
rter
Mini
mum ratings power devices:
PI
V
rating:
2.5
times
the
peak
value
of
line voltage.
dv
/dt
rating:
200V/microsecond
fo
r
voltage
control
and
1000V/
m
icrosecond for inverter control.
D
i/dt rating: 100A/ microsecond.
Fo
r
AFE
the
ratings
will
also
match
w
ith
the
devices
used
in
inverter
se
ction.
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising d
rum
PAGE 3.12
CET/01/BH/5041/TS/EE
/01/R=0
S.
No.
Item Description
Technical Specification
17.
Control
Closed
loop
vector
control
/ Dire ct
torque
control
with
pulse
enc
oder
feedback.
Microprocessor
based
d
igital
control
system
and
suitable
for
four-quadrant
operation,
fully
regenerative.
IGBT
based
Chopper
unit
for
braking
with
dynamic
resistor
u
nit
(
optional
not
applicable
in
cas
e
of
regenerative braking)
Full,
closed
loop
flux
vector
co
ntrol
will
be
available
for
constant
to
rque
applications.
Operating
the
drive
with
m
otor
disconnected.
Adjustable
PWM
carrier
frequ
ency
within a range of 3 – 15 KHz.
Optimized energy flow feature
Output resolution : 0.01 Hz or b
etter
Standard
I/O
board
for
incorporating
interloc
king,
sequencing features.
18.
Cable
distance
betwee
n
Motor
and
VFD un
it
Vendor
will
clearly
state
the
limita
tions
in
cable
distance.
If
output
filt
er
is
required
to
mitigate reflected
wav
es
it
should
be
available
to
the
contr
oller.
Like Sine filter / Dv/ dt filter
If
output
filters
are
used
in
VFD
u
nit,
a
selective harmonic elimination switc
hing
technique
must
be
employed
to
eliminate the potential harmonics.
19.
Protect
ive features
AC
line
surge
suppression
net
work
and over voltage protection.
Under voltage in supply network
BSP, SP-III
PA
GE3.13
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
S.
No.
Item Description
Technical Specification
Phase
sequence
protection
and
m
onitoring
U
nder voltage in DC bus
Over voltage in DC bus
O
ver speed monitor
O
ver load
Ea
rth fault
In
stantaneous over current
Tr
ansformer fault as applicable
C
ooling fan failure
St
all monitor for motor alarms
O
ver current
pu
lse encoder signal loss protection
M
otor
ground
fault
in
stator
circuit
de
tection
M
otor
stator
winding
and
bearing
RT
D
monitor,
Vibration
monitoring
si
gnals
and
alarms
and
its
in
terfacing with existing DCS system
In
verter temperature monitoring
20.
Annunciation
s
Follo
wing
faults
will
be
annunciated
in
keyp
ad of the drive / HMI:
A
C
line
surge
suppression
network
an
d over voltage protection.
U
nder voltage in supply network
Ph
ase
sequence
protection
and
m
onitoring
U
nder voltage in DC bus
O
ver voltage in DC bus
O
ver speed monitor
O
ver load
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising drum
PAGE 3.14
CET/01/BH/5041/TS/EE
/01/R=0
S.
No.
Item Description
Technical Specification
Earth fault
Instantaneous over current
Transformer fault, If applicable
Cooling
fan
failure
- Stall
monitor
for motor alarms
Motor
fault
(winding
/ be
aring
temperature,
vibration)
as
applicable
21.
Meters
Output
voltmeter
with
sel
ector
switches.
3
nos.
Output
ammeters
(one
for
each phase)
Input
voltmeter
and
ammeter
with
selector switches.
Output frequency meter.
kW meter.
22.
Selecto
r switches
Local/
Remote,
Auto/
Manual,
M
ain/
Bypass.
23.
Push b
uttons
Trip reset, Start, Emergency stop
24.
Regula
tion
&
contro
l facilities
Drive ready.
-Drive trip.
-R, Y, B phase power ON.
-Control supply ON.
-All
the
lamps
will
be
of
cluster
LED
type.
-Reference speed setter
-Ramp generator
-Speed feed back
-Current feed back
-Trigger module
-Pulse transformers
BSP, SP-III
PA
GE3.15
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
S.
No.
Item Description
Technical Specification
-Logic control module
-S
equence module
-P
ID control
-Zero
speed
/ over
speed
monitor
as
applicable
M
omentary power loss restart.
A
uto tuning.
C
urrent limiter
C
ounter
current
/ regenerative
br
aking unit as applicable
O
utput
signals
for
fault
alarm,
fr
equency arrival, running signal
25.
Remote
control
facilities
W
ill
have
transducer
to
monitor
the
ou
tputs
like
motor
speed
at
remote
pl
ace / HMI.
Fa
cility
to
accept
speed
reference
fr
om HMI / engineering station.
26.
Communicat
ion Bus
RS48
5
(Modbus,
Profibus-DP,
Devicenet
& fo
undationfield bus / profibus PA)
27.
Operator
panel
Membrane k
eypad
W
ill
be
mounted
on
the
front
door
of
the unit.
Th
e
keypad
will
be
logically
de
signed
for
two
operating
areas
w
ith required number of keys.
Local operator control like
Lo
cal
start
/stop,
Jog
Forward
/
Re
verse.
Pr
ogramming
28.
LCD display
Di
splay
will
be
black
lighted,
en
abling
viewing
in
extremes
of
lig
hting conditions
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising d
rum
PAGE 3.16
CET/01/BH/5041/TS/EE
/01/R=0
S.
No.
Item Description
Technical Specification
Display
will
be
in
alphanumeric
(in
English only)
16 characters, 2 lines.
All
the
faults
stored
in
memory
will
be displayed by scrolling.
29.
Constr
uction
feature
s
Cable bottom entry.
Floor mounted, free standing
Dust and vermin proof
Sheet steel clad
Minimum 2.5 mm thick for panel
s.
Minimum 2.0 mm thick for doors
and
side covers
Suitable to withstand vibrations t
o be
encountered
in
steel
plant
application.
Cubicles
with
illumination
la
mps,
door
switches,
space
heaters
and
adequate sockets for soldering.
All
control
blocks
plug-in-type
with
necessary tests sockets.
Units
will
be
self
contained
and
serviceable.
All
panels
to
be
supplied
with
base
frame, gland plate, etc.
30.
Noise L
evel
Maximum
audible
noise
level
wi
ll
be
below 85 dB at a distance of 1 metr
e.
31.
Startup
and
Mainte
nance
Modul
e
handling
tools
Easy
to
use
PC
software
too
l
for
startup
and
maintenance
of
driv
es
is
included in Bidder's scope.
Provision
of
drive
module
han
dling
tools is included in Bidder's scope
.
32.
Techn
ical
data
to
be
furn
ished
during
detail e
ngineering
Furnish
detailed
specification
and
technical
data
such
as
Qty, applica
tion,
type
,
drive
rating,
rated
AC
vo
ltage
BSP, SP-III
PAGE 3.17
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
S.
No.
Item Description
Technical Specification
output,
rated
output
current
per
phase
,
overl
oads(magnitude
&
duration),
effici
ency,
power
factor,
room
ambient
temp
erature,
considered
for
design,
cooli
ng
type,
cooling
water
and
air
temp
erature
considered
for
design
,
conv
ertor cooling water details ( such as
cooli
ng system fine water circuit , clean
indu
strial
water
circuit
/ distilled
wate
r
with
quality
&
quantity,
water
temp
erature
,
approx.
water
outlet
temp
erature , protection class
of
water
cooli
ng
unit,
and
maximum
perm
issible
distance
between
conv
ertor.
One number spare pa
nel mounted
VFD shall be supplied. This shall have
proper
cable
arrange
ment
to
chan
ge
over
in
case
of
failure
of
working
drive.
The
change
o
ver
shall
be
done
manually.
However
,
input
transformer shall be s
ame for both
working and standby drives.
3.2.5.6
Auxiliary Equipment
The VFD supplier will
provide the fo
llowing input impedance devices:
External, dry type con
verter duty tra
nsformer of suitable capacity.
3.2.5.7
Dry Type Transformer
s
1)
Convertor
duty
t
ransformers
o
f
required
capacity
will
comply
with
the following stan
dards:
IEEE
444 – 1973
IS
4540 : 1968
IS
11171 : 1985
IS
2026 (Part 1,2,4) : 1977, (Part 3) : 1981, (Part 5) :
1994
2)
The
convertor
transformer
will
be
of
duty
class
selected
as
per
the
operational
requirement.
However,
the
duty
class
will
not
be
less
stringent than T2 class of duty.
3)
Specific features of dry type convertor transformer (AN)


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.18
CET/01/BH/5041/TS/EE/01/R=0
i)
It
will
be
air
natural
cooled
type
and
suitable
for
outdoor
installation.
ii)
It
will
be
with
class
F
insulating
material
in
fibre
glass
with
open-wound
type
copper
windings
with
vacuum
pressure
impregnation and will be three phase.
iii)
The
degree
of
protection
will
be
IP
21
and
IS
13947
(Part1)
:
1993
iv)
220 deg C insulation class, 150 deg C rise, AA Cooling Class.
v)
Hot spot temperature will be less than 155 degC
vi)
One
(1)
normally
closed
auto
reset
thermal
switch
per
coil,
wired in series to a terminal strip.
vii)
Delta primary with 2 -5% taps
viii)
Wye secondary winding (6 pulse or PWM rectifier).
ix)
5 to 8 percent impedance
x)
Fully insulated from phase to ground and neutral to ground.
xi)
Fully insulated between secondary windings (18 pulse).
xii)
All
mechanisms
will
be
of
stainless
steel,
brass,
gun-metal
or
other
suitable
material
to
prevent
sticking
due
to
rust
or
corrosion.
xiii)
The
transformer
and
all
its
accessories
will
withstand
system
fault current for 2 sec without damage.
xiv)
The
convertor
transformer
will
be
supplied
with
surge
suppressers.
xv)
The
transformer
will
be
designed
for
continuous
operation
at
its
base
kVA
rating
(natural
cooling)
without
exceeding
the
temperature
rise.
The
short
time
rating
will
be
adequately
designed
to
deliver
the
power
demanded
by the
drive
without
loss of insulation life.
xvi)
Forced cooled transformers are not allowed.
xvii)
The
following
tentative
fittings
and
accessories
will
be
provided for each transformer
a)
Rating & diagram plate
b)
Off circuit links in the primary for voltage variation.
c)
Earthing lugs & lifting lugs for complete transformer.


BSP, SP-III
PAGE
3.19
CET/01/BH/5041/TS/EE/01/
R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
d)
The
marshalling
box
will
be
as
per
IP-54
with
lockable
hinged door.
e)
LV Cable box
f)
LV insulator & terminals with proper class
g)
The
cable
box
length
will
be
sufficient
for
glanding and
termination of the cables.
3.2.6
PC based Workstation
Sl. No.
PC Components
Configuration
1.
CPU
Intel
Core
(I7)
GHz,
4
MB
L3
Cache
or
higher
in
Same Series.
2.
Motherboard
Intel Q 57 or better on OEM Motherboard.
3.
Bus Architecture
Integrated Graphics, 2 PCI, 1 PCI Express x 1 and
1 PCI Express x 16
4.
Memory
32 GB 1066 MHz DDR4 RAM
5.
Hard Disk Drive
1 TB Serial ATA SSD.
6.
Monitor
27”LED Color monitor
7.
Keyboard
104 Keys K
eyboard
8.
Mouse
Optical Mouse
9.
Bays
4
Nos.
(2
Nos 5.25
inches
for
Optical
M
edia
Drives
and
2
Nos.
3.5
inches
for
Hard
Disk
Drives).
10.
Ports
6 USB Port
s (With at least 2 in front), audio
ports
for micro phone and head phone in front
11.
Cabinet
Mini Tower
12.
DVD RW Dri
ve:
8X /24x/48
xDVD RW ( DVD multi Recorder)
13.
Networking
facility
2
nos.
10/100/1000
Mbps
onboard
integrated
Network
Interface
RJ-45
port
with
re
mote
booting
facility,
remote
system
installation,
remote wa
ke up
14.
Operating
System
Windows 10
Professional
or
latest
at the
time
of
supply with
all necessary licenses
15.
OS certification
Yes.
16.
Power
managemen
t
Screen Bla
nking, Hard Disk and System Idle
Mode in P
ower On, Setup Password, Power
Supply SM
PS Surge protected.
17.
Preloaded
Software
Norton, M
cAfee, ETrust or equivalent antivir
us
(latest vers
ion).
18.
Warranty
3 years o
n – site Comprehensive.
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising drum
PAGE 3.20
CET/01/BH/5041
/TS/EE/01/R=0
3.2.7
HT Power Cables
3.2.7.1
The cable supplied shall work satisfactorily for the power supply system
and climatic condition prevailing at the site.
3.2.7.2
Size of HT cables shall be selected based on load, short circuit level and
150 ms (which is more than breaker opening time).
3.2.7.3
The cables shall comply with the latest revision of the following Indian
Standard Specifications and to the specific standards mentioned, if any,
in the respective clauses:
IS 7098 (Part-1) : 1988
Cross
linked
polyethylene
insulated
PVC
sheathed
cables:
Part
1
For
working
voltage
up
to
and
including
1100
V
-
Including
latest
amendment
and
reaffirmed
IS 7098 (Part-2) : 2011
Crosslinked
polyethylene
insulated
thermoplastic
sheathed
cables
—
specification : Part 2 For working voltages
from 3.3 kV upto and including 33 kV
IS 8130 : 2013
Conductors
for
insulated
electri
c
cables
and
flexible
cords
-
Including
latest
amendment and reaffirmed
IS 5831 : 1984
PVC
insulation
and
sheath
of
electric
cables
- Including
latest
amendm
ent
and
reaffirmed
IS
10810
(Part
.1
to
3)
:
1985, 1981, 1981
Methods
of
testing
of
cables
- In
cluding
latest amendment and reaffirmed
3.2.7.4
Technical Specif
ication of HT 6.6kV Power Cables
Sl. No.
Tech
nical Specification
1.
Volt
age grade
6.6 kV (UE)
2.
Type
XLPE
3.
Core
s
3 cores
4.
Con
ductor
Circular conductor made of st
randed and
compacted electrical grade alu
minium wires
BSP, SP-III
PAGE
3.21
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC mot
or
with VFD for mixer cum nodulising
drum
Sl. No.
Technical Specification
5.
Size
240 mm
2
6.
Conductor
screened
Extruded semiconducting compound
7.
Insulation
High
quality
crossed
linked
polyethylene
comp
ound
(XLPE)
applied
by
extr
usion
process. The thickness of insulation shall be as
recom
mended in ISS for 6.6 kV grade.
8.
Insulation
screened
Core
shielded
with
black
ext
ruded
semic
onducting
compound
followed
by
copper
tape
(0.3
kA
for
one
sec,
three
cores
comb
ined, cores laid up)
9.
Inner shea
th
Extrud
ed
PVC
inner
sheath
with
non-
hygro
scopic
fillers
for
suitably
holdin
g
the
cores
in circular configuration.
10.
Outer She
ath
FRLS
PVC
11.
Shielding
(Screening
)
The
conductor
and
the
insulation
shielding
shall
be
made
by
extruded
semi-condu
cting
comp
ound.
Nonmagnetic
metallic
tape
shall
also b
e provided over insulation as addi
tional
screen
ing.
Additional
screening
(if
any
) shall
be pro
vided.
12.
Armouri
ng
GS fla
t steel armoured
13.
Maximum
conductor
temperatu
re
with rated
current
90
o
C
14.
Maximum
conductor
temperatu
re
withstanding
ability dur
ing
250
o
C
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising drum
PAGE 3.22
CET/01/BH/5041
/TS/EE/01/R=0
Sl. No.
Technical Specification
short circuit.
15.
Only type tested design tested in STL accredited laboratory shall
be a
cceptable.
3.2.8
LT Power & Co
ntrol Cables
3.2.8.1
The cable suppl
ied shall work sa
tisfactorily for the power supply sy
stem
and climatic con
dition prevailing
at the site.
3.2.8.2
LT power cable
upto 240 sq. mm
can be used. Control cables coming to
PLC shall be of
1.5 sq. mm and
rest all shall be 2.5 sq. mm copper cable.
Signal cables sh
all be of 1.5 sq.
mm copper.
3.2.8.3
The
cables
shall
comply
with
the
latest
revision
of
the
following
Indian
Standard Specifications and to the specific standards mentioned, if any,
in the respective clauses:
IS 1554 (Pt 1) : 1988
PVC insulated (Heavy duty) electric cables
IS 7098 (Part-1) : 1988
Cross linked polyethylene insulated PVC
sheathed cables: Part 1 For working
voltage up to and including 1100 V
IS 8130 : 1984
Conductors for insulated electric cables
and flexible cords
IS 5831 : 1984
PVC insulation and sheath of electric cables
IS10810 (Part.1 to 3) :
1985, 1981, 1981
Methods of testing of cables
3.2.8.4
Technical Specification of LT Power and Control Cables
Sl.No
Technical Specification
1.
Grade
1.1 kV grade
2.
Core (P
ower)
3 Core for motor feeder,
3.5 for power feeder
3.
Type
Heavy duty, XLPE/ PVC insulat
ed,
BSP, SP-III
PAGE 3.23
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
Sl.No
Technical Specification
armoured, FRLS PVC sheathed.
4.
Conductor
Pow
er cable: stranded aluminum
conductor
Con
trol : annealed tinned high
conductivity stranded copper
con
ductor
5.
Inner Sheath
Extr
uded PVC (ST2)
6.
Armouring
GS
flat/ round steel armoured
7.
Outer Sheath
FRL
S PVC
3.2.9
Cabling and Accesso
ries
3.2.9.1
Termination
and
jo
inting
of
ca
bles
shall
be
made
with
double
compression
type
br
ass
cable
gla
nds
and
crimping
type
cable
lugs.
Aluminium
conducto
r
cables
shall
be
terminated
with
aluminium
lugs
and
copper
conducto
r
cables
shal
l
be
terminated
with
tinned
copper
lugs.
Straight
throu
gh
joints
sha
ll
be
heat
shrink
resin
type
with
complete kits.
3.2.9.2
Termination
of
cables
shall
be
mad
e
with
heat
shrink
type
termination
kits of appropriate vo
ltage grade.
3.2.9.3
Installation of Cables
1)
Cables
shall
b
e
taken
insi
de
the
cabling
space
below
the
switchgear, rem
ote control pa
nels & other equipment in the plant
or
in
existing
c
able
trench
e
tc
in
ladder/
perforated
type
cable
trays.
2)
Generally cables
shall be laid
on the cable trays exposed. However,
where
protectio
n
is
required
from
mechanical
damage
and/or
radiation of hea
t, this protect
ion shall
be given by GI conduits/ GI
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.24
CET/01/BH/5041/TS/EE/01/R=0
pipes
of
suitable
sizes.
GI
pipes
shall
be
medium
gauge,
hot
dip
galvanised
electric
resistance
welded
(ERW)
screwed
type
conforming
to
IS
1239
(Part-I)-1990.
GI
conduits
shall
conform
to
IS 9537 -1980.
3)
All
cables
shall
be
protected
by
means
of
GI
pipes
or
sheet
metal
protective cover up to a height of 1500 mm from the working floor
level
and
platforms
for
protection
against
mechanical
damage.
About 40% of the pipe/ conduit space shall be kept vacant for easy
pulling of cables.
4)
Cables coming out of the underground cable trench or building or
concrete
cable
duct
shall
be
protected
by
GI
pipes
at
the
point
of
exit
of
these
places
and
all
these
exit
points
shall
sealed
against
water
seepage
and
entry
of
creeping
reptiles
with
fire
proof
materials.
In
case
of
road/
railway
crossing,
suitable
hume
pipes
shall be considered.
5)
Power
cables
and
control
cables
shall
preferably
be
placed in
separate
racks.
Where
this
is
not
possible,
power
cables
and
control cables shall be spaced with a distance.
6)
All
cables
shall
be
provided
with
identification
tags
indicating
cable numbers in accordance with the cable/ circuit schedule at 20
metre spacing for straight runs, at bends in the run. The tags shall
be
of
aluminium
sheet
with
numbers
punched
on
them
and
securely attached to the cables with non-corrosive wire.
7)
Individual
cores
of
control
cables
shall
have
plastic
identification
number ferrules at both ends of the circuit.
8)
All
cables
shall
be
tested
for
proper
insulation
before
laying.
Cables
shall
be
laid
in
a
proper
manner
so
that
there
shall
not
be
any
damage
to
the
cable,
no
kinks
or
twists
in
the
cable
during
cable
laying.
All
spare
cores
of the
control
cables
shall
be
neatly
bunched and taped at both ends.
9)
Cables
shall
be
clamped
in
the
racks
at
an
interval
of
1500mm
in
both vertical and horizontal run with aluminium alloy clamps.
10)
Where
a
number
of
GI
pipes
or
conduits
are
run
in
a
bunch,
adequate
number
of
spare
pipes
(30%
or
minimum
two
nos.)
of
comparable diameters shall be kept for future use.
11)
Flexible
GI
pipes/conduits
shall
be
used
at
the
termination
points
of
cables
where
cables
are
to
be
terminated
to
vibrating
and
or
rotating
equipment
or
where
chances
of
vibrations
shall
be
there
at the time of operations.


BSP, SP-III
PAGE 3.25
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
3.2.10
Earthing System
Earthing
shall
be as
per
IS
3043-2018. Bidder
shall
submit
earthing
calculation.
Electrical Earthing shall be designed with adequate no. of pits to achieve
earth resistance value less than 1 ohm. Separate electronic earthing shall
be provided for MV drives, electronic loads. Electronic earthing shall be
designed to achieve earth resistance value than 0.5 ohm.
3.3
UTILITIES
3.3.1
Air Conditioning
Sl.
No.
Premises
Type of AC system
Inside Condition to be
Guaranteed by the
Contractor
1.
Drive
panel
enclosure
Suitable
capacity
Split
Air conditioners
Inside condition: 23
o
C
+
2
o
C & 50%
+
5% R.H
throughout the year.
3.3.2
Split Air Conditioning System
1)
The
Contractor
shall
design
the
system
in
such
a
manner
that
the
temperature
inside
the
air
conditioned
premises
shall
not
exceed
23
o
C+2
o
C
(DB)
and
55%+10%
(RH)
throughout
the
year.
The
measurement w
ill be take
n 1.5 m above floor level
at any location
inside the propo
sed room
s.
2)
Modules of 1.5/
2.0 TR sha
ll be selected with 100% s
tandby.
3)
The
Refrigeran
t
used
s
hall
be
selected
from
internationally
accepted latest
norm.
4)
Split
type
air-c
onditionin
g
unit
shall
comprise
of
hermetically
sealed
compres
sor,
air
co
oled
fin-tube
condenser
,
low
noise,
low
speed,
statically
&
dynam
ically balanced forward
c
urve
centrifugal
fan,
dry
type
ste
el
wire
r
einforced
HDPE
air
filter,
volume
control
damper, fin-tub
e evapora
tor coil made of heavy d
uty copper tube
and
integrally
f
inned
cor
rugated
copper
fin,
driv
e
motor,
heavy
gauge sheet metal cabinet, vibration isolator pad, condensate pan,
control
and
instrumentation
system,
etc.
The
split
air-conditioners
shall conform to IS: 1391(Part I)-1992.
5)
The Split type air-conditioners shall be energy efficient, BEE 5- star
rated
of
approved
quality
and
approved
make
and
shall
be
supplied with DOL starter, cables, etc.


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.26
CET/01/BH/5041/TS/EE/01/R=0
6)
The
refrigerant
used
shall
be
for
refrigerant
R
410
A/R
407A
or
latest.
7)
The
Contractor
shall
select
the
capacity
of
the
air-conditioning
system
based
on
actual
solar
&
internal
heat
load
of
the
rooms.
The Contractor shall submit
heat load calculations and equipment
sizing calculations for the air-conditioned premises along with the
offer.
3.4
CIVIL
3.4.1
Design Basis
1)
This
specification
covers
the
design
criteria
for
Civil
Engineering
work
for
the
jobs
mentioned
in
the
civil
scope
of
this
Tender
Specification
. The
term
‘Design
Criteria’
includes
loading
standards,
permissible
stresses,
functional
requirements
and
quality
standards
to
be
adopted
as
a
basis
for
preparation
of
designs and drawings by the successful bidder.
2)
The
design
prepared
by
the
bidder
shall not
only
provide
for
the
requirements
indicated
in
this
specification
but
also
consider
the
overall
process
requirements,
service
conditions
and
provisions
to
be made for future expansion. The design shall be compatible with
the
operating
conditions
in
the
plant
and
the
atmospheric
conditions prevalent at Bhilai steel plant. This being a construction
project
in
working
plant
while
designing
and
preparing
new
facilities
the
contractor
shall
take
into
account
the
existing
structures,
foundations,
drains,
etc. of
the
existing
units
and
modify them, if found necessary, to match with the new ones.
3)
Standardization
and
unification
shall
be
carried
out
to
the
maximum
extent
possible
and
in
the
interest
of
standardization
Bhilai
Steel
Plant
reserves
the
right
of
selecting
a
particular
make
of
materials
and
components.
The
Successful
bidder
shall
supply
materials/components of that particular make, if so required.
4)
In
this
specification
the
words
‘approved
make’,
approved
manufacturer’,
etc.
shall
mean
the
‘makes’
and ‘manufacturers’
as
approved by the Engineer or as per BSP’s list of such ‘makes’
and‘
manufacturers’.
5)
The
agency
engaged
for
the
purpose
of
Design,
Engineering
and
execution
of
Civil
engineering
work
shall
have
adequate
infrastructure, resources & experience in Jobs of similar nature and
shall be approved by Consultant CET/BSP.
3.4.2
Standards
1)
The
design
criteria
for
civil
engineering
work
shall
be
in
accordance with this specification and relevant IS. Unless otherwise
mentioned
in
the
specification,
the
latest edition
of
all
applicable
BSP, SP-III
PAGE 3.27
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
codes
and
standards
as
published
by
the
Bureau
of
Indian
Standards
on
the
date
of
award
of
contract
shall
govern
the
work
in
respect
of
design,
detail
engineering,
construction
/ erection,
quality, properties of materials and method of testing.
2)
The design, detail and execution of civil engineering works shall be
as per the latest code of practice prepared by the Bureau of Indian
Standards
(IS)
Specifications/
Indian
Road
Congress
and
Specifications
published
by
Ministry
of
shipping
&
Transport
(MOST).
3)
In
respect
of
safety
&
all
other
statutory
requirements;
the
stipulations & rules of Departments/Agencies of the Govt. of India,
stipulations
of
the
Indian
Factories
Act,
Government
Safety
Rules,
Stipulations
&
rules
of
Chhattisgarh
Government,
all
other
statutory authorities, Bhilai Steel Plant shall be followed.
4)
This specification covers design of major civil engineering items of
work.
Other
items
of
work
shall
be
designed
according
to
the
relevant
standards,
recommendations
and
stipulations
referred
above.
This
design
specification
shall
also
be
read
in
conjunction
with the General specifications for Civil Engineering Work.
In case anything mentioned in this specification is at variance with IS or
other
codes
of
specification
mentioned
herein,
the
provisions
of
this
specification shall prevail.
3.4.3
Load Condition
1)
All foundations and concrete structures shall be designed to resist
full
operating
dead
and
live
loads,
with
appropriate
combinations
and
due
allowance
for
impact,
inertia
loading,
vibration
as
secondary
effects
of
live
loads,
temperature
variation
etc. While
designing
structures
and
foundations
either
the
effect
of
seismic
forces or wind loads, whichever produces the worst effect, shall be
considered along with usual load conditions.
2)
Concentrated
and
uniformly
distributed
live
load
on
floors
and
platforms
shall
be
considered
depending
upon
the
usage
and
in
accordance
with
maximum
expected
process
requirements,
to
be
indicated
by
the
equipment
manufacturers.
The
effect
of
concentrated
load
shall
not
be
reduced.
Due
allowance
shall
be
made,
wherever
necessary,
for
installation
and
operation
of
any
equipment
as
per
equipment
manufacturer's
data
and
recommendations.
The
design
shall
be
based
on
the
maximum
loading
due
to
uniform
live
load
and/or
equipment
loading
including impact, vibrations, direct load etc.
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.28
CET/01/BH/5041/TS/EE/01/R=0
3)
Supporting
structures
and
foundations
for
equipment,
which
may
cause impact or vibration, shall be designed for the dynamic effect
of equipment together with the direct loads as per IS. The dynamic
loads
and
other
relevant
data
required
for
analyzing
the
dynamic
effect
shall
be
as
per
manufacturer’s
data
and
recommendations.
Structures
and
foundations
supporting
vibrating,
rotating
and
reciprocating
equipment
shall
be
proportioned
to
avoid
resonant
frequencies.
The
dynamic
analysis
shall
be
done
as
per
the
stipulations as recommended by respective IS codes as well as the
stipulations
recommended
by
the
equipment
manufacturers Care
shall
be
taken
while
designing
such
structures
and
foundations
to
avoid
resonant
frequencies
and
excessive
amplitude
of
vibration.
All
foundations
of
major
vibratory
equipment
shall
be
isolated
from building column foundations and adjoining floors.
4)
Seismic
forces
shall
be
considered
according
to
the
provisions
of
IS: 1893- Latest edition (All Parts).
5)
Consideration
shall
be
given
in
the
design
of
structures
from
the
contributing
loads
form
piping
and
cabling
including
provisions
for piping anchors and dead ends of electrical conductors.
6)
Members
subjected
to
high
temperature
variations
shall
be
designed to withstand the stresses arising out of such temperature
variations.
The
structures
shall
be
designed
to
withstand
the
stresses
arising
out
of
such
temperature
variation.
The
temperature effect shall be taken as per IS: 875 (part 5)-1987.
7)
Generally loading specified in the IS 875-1987(part 1 to 5) shall be
adopted;
however
the
following
minimum
is
required
to
be
followed:
DEAD LOADS
: -
Dead loads shall be calculated from the actual unit weight and
principal unit weights are given below:
Plain Cement Concrete: 2.4 t/m
3
Reinforced. Cement Concrete: 2.5 t/m
3
Brick Masonry work: 1.92 t/m
3
Soil (above the ground water level): 1.7 to 2.0 t/m
3
Soil (below the ground water level): 0.7 to 1.0 t/m
3
Steel: 7.85t/m
3
LIVE LOADS
: -
The minimum uniformly distributed live load (except for local
concentration of loads) shall be as following: -
On removable covers over trenches and manhole:
1.5 t/m
2
On platforms for technological structures:
0.5 t/m
2
On stair treads:
0.5 t/m
2
BSP, SP-III
PAGE 3.29
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
On walkways:
0.4 t/m
2
On
other
floor
not
specified:
1.0t/m
2
or
as
per
technological
requirement
On roof of hydraulic cellar
10.0 t/ m
2
On removable hatch covers over hydraulic cellar
2.5 t/m
2
On ladders:
0.12t at the center of rung
Dust load:
0.1t/m
2
Live surcharge for design of walls/top slab of cable trench & drain may
be
taken
as
3.0t/m
2
. However,
concentrated
and
uniformly
distributed
live loads on floors and platforms shall be considered depending upon
the
usage
and
in
accordance
with
maximum
expected
process
requirement
which
are
to
be
indicated
by
the
equipment
manufacturers/suppliers.
Load combination
:
The
stress
of
each
structural
member
shall
be
calculated
on
the
worst
loading
combination
according
to
the
actual
operating
condition.
Basically
dead
loads,
imposed
loads,
soil
and
hydrostatic
pressure,
erection load etc. shall be combined as per IS 875 (Part 5) 1987.
3.4.4
Analysis & Design
All
the
structural
analysis
shall
be
made
by
established
theories.
However,
the
frame
analysis
shall
be
done
by
PC
based
software
STADD-III
package.
For
designing
the
reinforced
concrete
structure
members
either
Limit
State
or
Working
stress
Method
shall
be
employed
and
shall
be
as
per
latest
code
IS
456-2000,
however
the
design
should
be
consistent
throughout.
Equipment
foundations
shall
be
designed
as
per
IS2974
(All
parts).Adequate
care
shall
be
taken
while
designing
foundations
and
underground
structure. While
designing all underground structures such as basements, pits, trenches
etc.,
due
consideration
shall
be
made
for
soil,
water
and
surcharge
pressure
from
the
surrounding
area.
Special
care
shall
be
taken
to
prevent uplift due to underground water.
All cable conduits and ventilation pipes shall be laid over the mud mat
before
construction
of
bases
/other
foundations
after
due
approval
from the consultants.
3.4.5
Tolerances
Tolerances
are
a
specified
permissible
variation
from
lines,
grades
or
dimensions
given
in
drawings.
The
following
are
some
of
the
tolerances specified
1)
For footings:
i)
Variation in plan dimension:minus-6mm;plus-13mm;
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.30
CET/01/BH/5041/TS/EE/01/R=0
ii)
Eccentricity
2%
of
the
footing
width
in
the
direction
of
misplacement but not more than 50mm;
iii)
Reduction in thickness-5% of specified thickness
3.4.6
Permissible Stresses
Allowable
stresses
for
all
reinforced
concrete
structures
shall
be
as
per
IS: 456-2000.
3.4.7
Concrete and Reinforced Concrete for Structures and Foundations
1)
Concrete
work
shall
secure
a
dense,
homogeneous,
smooth
mass
including
required
finishes,
possessing
required
strength
and
resistance
to
weathering
and
abrasion
for
the
structures
and
foundations.
RCC
structures
for
the
cooling
tower
shall
be
designed
so
that
it
is
free
from
resonance
due
to
any
vibrating
equipment.
2)
Design of all reinforced concrete structures shall be as per IS: 456-
2000.
The
structural
safety
of
all
foundations
on
soil
shall,
in
general
be
based
on
IS:
1904-1986.
The
design
of
water
retaining
structures
shall
be
according
to
IS:
3370(Part-2)-1965.
For
reinforced
cement
concrete,
the
minimum
grade
of
concrete
shall be M-25C (with 20 mm and downgraded aggregates) and
for
plain
cement
concrete
shall
be
M-10B
(with
40
mm
and
downgraded
aggregates)
. However,
for
floor
laid
on
boulder
soling
base,
drains
& trenches,
the
grade
of
concrete
shall
be
M-
20C.
3)
For reinforcement, minimum grade of steel shall be Fe 500.
4)
For pre-cast concrete slabs the grade of concrete shall be M-25C
5)
Grouting below machine/equipment bases and pockets shall be of
ready-mix
non-shrinking
grout
of
approved
make
&
grade
of
adequate thickness and strength. Grouting shall be done strictly as
per approved manufacturer’s specification.
3.4.8
Requirements of Durability
1.
This shall be as per the provisions of IS: 456-2000. (Clause 8.2).
2.
In
general,
the
exposure
condition
shall
be
Moderate
for
normal
type of structures (motor foundation & panel enclosure)
3.
The
minimum
cement
content,
maximum
water
cement
ratio
and
minimum
grade
of
concrete
shall
be
as
per
Table
5
of
IS:
456-2000
for different exposure conditions.
3.4.9
Foundations
3.4.9.1
Foundations
for
structures
and
equipments shall
be
proportioned
to
resist
the
worst
conditions
of
loadings
and
shall
be
generally
designed
BSP, SP-III
PAGE 3.31
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
as
per
provisions
of
IS
1904-1986.
Equipment
foundations
shall
be
designed as per IS 2974(all parts –1979, 1980, 1984, 1985). The bidder is
required to design and construct such foundations free of objectionable
resonance, vibration and impact.
3.4.9.2
Selection
of
type
of
foundation
shall
be
based
on
the
bearing
capacity
of
soil, supported loads, system requirements and site constraints.
3.4.9.3
The
depth
of
foundation
shall
be
determined
based
on
loading
on
foundations
and
bearing
capacity
at
the
founding
level,
constructional
and technological requirements.
3.4.9.4
In
no
case
the
loads
from
the
new
foundations
shall
be
transferred
to
the
existing
foundation.
However
in
exceptional
circumstances,
if
it
is
required
to
be
done,
then
the
existing
foundation
shall
be
checked
for
the
additional
load
transferred
and
shall
be
supported
with
design
calculation.
3.4.9.5
Various
types
of
foundations
that
are
envisaged
in
the
project
are
described below:
1)
Equipment foundation of isolated machines in block type or frame
type.
2)
Shallow
strip
/ isolated
foundation
/ raft
foundation
for
roll
table
/shed/ framed building.
However, in no case foundation shall be rested on the filled up soil and
the
depth
of
the
foundation
shall
be
taken
up
to
the
depths
where
the
virgin soil strata is found.
3.4.10
Protection Measures
Suitable
protection
like
shoring
&
strutting
to
be
considered
for
construction of foundations which are very near to existing foundations
of structures/equipment for ensuring safety & stability.
3.4.11
Internal Partitions and Finishes
1)
Internal Flexible Partitions
(i)
Internal
flexible
partitions
shall
be
made
of
anodized
aluminium
box
section
framing
of
suitable
dimensions
depending
on
the
design
requirement.
The
partition
may
be
partly
or
fully
glazed
depending
on
the
architectural
design
of
the interior.
(ii)
The
solid
panels
for
the
partitions
shall
be
of
decorative
laminated
particle
board
on
design
matching
with
interior
decoration of the particular room.
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.32
CET/01/BH/5041/TS/EE/01/R=0
(iii)
Fixing of glass/particle board panels to aluminium framing shall
be
with
snap
on
aluminium
fixing
clips
bevelled
or
squared
depending on architectural design of the partitions.
2)
All
plastered
surfaces
of
masonry
walls/concrete
faces shall
be
applied
with
cement-based
paint
of
approved
make
and
quality
and to be applied as per manufacturer's specification.
3.4.12
Floors and Floor Finishes
1)
Floors
a)
In
general,
all
floors
on
ground
except
in
areas
like
offices,
Shift
Rooms
and
toilets,
shall
be
made
of
M25C
grade
reinforced
concrete of 150 mm minimum thickness.
b)
For the production buildings/shop floor, the design of floor shall
also
take
into
consideration
technological
requirements,
imposed
loading
and
other
service
conditions
etc.
In
case
of
toilets and offices, floor slab on ground shall
be of plain cement
concrete of grade M15C with minimum thickness of floor slab of
100mm.
c)
For
Shop
floor,
the
floor
shall
be
designed
for
actual
loads
considering a minimum load of 10 T/m2. The design of RCC floor
shall be done as per IS: 456-2000.
d)
The
sub-grade
below
the
floor
slab
shall
be
minimum
250
mm
thick
stone
boulder
soling
blinded
with
moorum
watering
and
consolidation.
Building
paper
shall
be
provided
on
top
of
sub-
grade
before
casting
the
concrete
slab.
All
sub-grades
shall
be
laid on compacted soil base.
2)
Floor Finishes
Floor
finishes
for
the
building
shall
be
provided
according
to
technological
and
functional
requirements
and
service
conditions.
Floor
finishes
for
the
production
buildings
and
auxiliary
buildings/areas
shall
be
provided
according
to
technological
and
functional
requirements,
service
conditions
and
duty
as
per
manufacturer’s
instruction
as
and
when
applicable.
In
general,
Floor
finishes
for
the
ancillary
and
auxiliary
buildings/
areas
shall
be
as
follows:
a)
MCC/Electrical Rooms
Anti-static floor/False floor
b)
Control rooms, computer
rooms,
Control Pulpits etc
Minimum 2mm thick PVC tile
flooring of approved make and
color.
c)
Shop floor
40mm thick granolithic cement
concrete flooring with concrete


BSP, SP-III
PAGE 3.33
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
hardener additive of approved
make and grade on reinforced
concrete floor slab
3.4.13
Doors
1.
Doors
and
windows
shall
be
provided
as
per
technological
requirement.
However
,
in
Co
ntrol
rooms,
Rest
Rooms,
Offices
etc.
anodised
aluminum
glazed
doors
&
windows
shall
be
provided.
In
other areas, steel doors / windows shall be provided.
2.
Main entry doors to production buildings shall be steel door or steel
rolling shutter of width and height to suit the requirements.
3.
For
motor room,
control
room
etc.
that
are
air
conditioned
or
pressurized,
the
external
doors
shall
be
of
steel
and
air
tight
type
and with heavy duty door closers.
4.
All
internal
doors
shall
be
solid
core
timber
flush/ anodised
aluminium
glazed
doors,
single
leaf
or
double
leaf
and
shall
be
minimum 1000mm in width (masonary opening) of best quality and
approved make & grade . Wider doors may be provided depending
on
the
requirements
of
individual
rooms.
Height
of
door
shall
be
standardized for a masonary opening of 2100mm. All internal doors
shall be opening inside.
5.
Standard
types
of
doors
shall
be
used
to
the
extent
possible.
The
doors shall be of approved make, quality and colour. Non-standard
doors
will
be
used
only
where
there
is
a
specific
requirement
for
such doors.
6.
Relevant provisions of BIS shall be applicable for design, selection &
materials for doors & windows.
3.4.14
Painting
1)
Painting shall conform to IS: 1477-1971.
2)
Wherever
technologically/
environmentally
required,
chemical
resistant painting shall be provided.
3.4.15
Water-Proofing and Damp-Proofing
3.4.15.1
Water-Proofing
1)
Underground structures
All
underground
structures
shall
be
water-proofed
with
by
injections
of
non-shrink
polymeric
water
proof
grouting
compound
from
inside
along
with
an
applications
of
water
proof
plaster
on
external
surfaces
as
per
approved
manufacturer’s
specification.
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.34
CET/01/BH/5041/TS/EE/01/R=0
2)
All concrete surfaces in contact with earth shall be given 2 coats of
bitumen paint before backfilling.
3.4.16
Anchor bolts, inserts and embedment
:
All anchor bolts & inserts shall be designed for the incidental loads and
laid as per approved drawing and cast in concrete. For a straight length
bolt
the
anchorage
value
in
concrete
shall
be
50Xdia
of
bar.
Pockets
should be left wherever required. All embedment shall be accurately set
and
rigidly
fastened.
Anchor
bolts
shall
be
set
to
template
and
firmly
secured in vertical and horizontal line at required positions. Water stops
shall
be
secured
against
displacement
during
the
placing
of
concrete.
The
joints
for
G.I
sheet
water
stops
shall
be
soldered
water
tight
and
those
of
PVC
and
rubber
shall
be
joined
by
cementing
and
vulcanizing
Expansion joints fillers shall be for the full depth of slabs or full width in
walls and shall be cemented with bituminous cement against previously
placed
concrete.
The
ends
shall
be
butted
tight
and
upper
edge
set
flush
with
finished
slabs.
Anchor
holes
and
anchor
bolts
shall
be
protected
by
covering
suitably
with
brickwork
in
lean
cement
mortar
/grease
with
jute
etc
after
thorough
cleaning.
Where
bolts
are
to
be
fixed in an existing concrete, then on permission of engineer-in-charge,
holes shall be drilled (with clearance on the sides) for a length of at least
15 X dia. of bolt and epoxy grouted as per manufacturer’s instruction
3.4.17
Cable trenches:
All
cable
trenches
shall
be
made
of
RCC
and
shall
be
suitably
designed
subject
to
a
minimum
of
150
mm
thick
walls
and
inner
vertical
posts
and
base
minimum
of
150mm
thick
with
reinforcement
as
required
by
design, with MS plate inserts and lugs fixed to the wall or vertical posts
in
trench.
The
sizes
of
cable
trench
shall
be
as
per
technological
requirement. The trench covers shall be of chequered plate with handles
and sizes to be such that can be manually handled.
3.4.18
Design Calculations, Drawings and Documents
1)
Design Criteria: –It shall cover all the design norms and permissible
limits,
specifications,
specific
weights,
soil
density,
crack
widths,
design codes and loadings, assumed finishes, flooring types, grout
etc as required for further design calculation.
2)
Design Calculations
The design calculations is to be submitted by the Successful Bidder
for
all
equipment
foundations
and
buildings,
tunnels/trenches,
roads
etc
taking
in
to
account
effect
of
all
types
of
loads
for
approval of Employer/Consultant
3)
Drawings
BSP, SP-III
PAGE 3.35
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
The
Successful
Bidder
shall
submit
to
the
Consultant
the
following
drawings:
a)
For Approval:
Excavation/Dismantling plan drawings
General Arrangement drawings
Architectural drawing
Foundation
plans
and
sections
for
columns
and
equipment
bases
incorporating
services,
utility
tunnels,
trenches,
pipes,
etc. with volume of works
Loading
drawings
indicating
superstructure
loading,
equipment loading, floor loading, etc.
Comprehensive
anchor
hole
plan
along
with
complete
details
of
anchor
bolts
and
anchor
pockets
for
foundation
for
building
columns
and
equipment,
etc.,
including
schedule
for
bolts
and
anchor
plates.
Design
of
anchor
bolts
should
be
such
that
it
should
be
possible
for
any
replacement
of
the
same in case they get damaged.
b)
For Reference:
Reinforcement
details
with
bar
bending
schedules
for
all
reinforced
concrete
works.
Bar
bending
schedule
shall
be
under reference category.
Drawings
for
all
types
of
bolts,
inserts,
embedments,
covers,
miscellaneous steelworks, etc.
Detailed bill of materials of all items of work
c)
As Build General Layout Drawings
These
drawings
shall
be
prepared
as
per
actual
survey
data
taken during execution of work.
The
general
layout
drawing
shall
prepared
using
symbol
presently
being used in the General Layout drawings of Bhilai Steel Plant and the
levels should be shown with respect to mean seal level
The
design
criteria
mentioned
above
is
not
exhaustive.
However,
the same shall be discussed and detailed during detail engineering
stage.
3.4.19
Workmanship & Material Specification
The
material
shall
be
best
of
the
existing
kinds
obtainable
and
the
workmanship
shall
be
in
accordance
with
the
latest
Civil
Engineering
Practice.
Specification
for
the
quality
of
material
and
workmanship
are
given
suited
to
the
requirements
of
the
relevant
BIS
specification
and
with such
other standards
as
are mentioned
hereinafter. Reference to
a
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.36
CET/01/BH/5041/TS/EE/01/R=0
particular standard made at the
appropriate place shall mean the latest
version and amendments of such a standard.
3.4.19.1
Setting out and levelling
The
bidder
shall
set out
and
level
the
work
and
will
be
responsible
for
the
accuracy
of
the
same.
He
is
to
provide
all
instruments
and
proper
qualified staff with labour for getting his work checked by Engineer, if so
desired
by
the
Engineer.
Such
checking,
if
any,
shall
not, however,
relieve the bidder in any way, of his responsibility for correct setting out.
3.4.19.2
Cleaning of site
The bidder shall keep the site clear on a continuous basis of all rubbish
etc. which may arise out of the work executed by him and dispose them
suitably in allotted areas.
3.4.19.3
Bench Marks, Reference Pillars etc.
Bidder shall protect all bench mark, and reference pillars /lines including
ground
water
gauges
from
damage
or
movement
during
working.
In
case
of
any
damage
the
bidder
shall
have
to
restore
the
same
to
its
original condition at his own cost.
3.4.19.4
Dismantling/ Minor Chipping
1)
No
dismantling
work,
wherever
required,
shall
commence
without
prior
approval
of
employer
on
the
dismantling
plan
prepared by the bidder.
2)
The dismantling of civil works shall be carried out with utmost care
so
that
adjacent
structures
which
are
not
to
be
dismantled
do
not
get damaged. However, if any existing civil structures get damaged
during
dismantling,
the
bidder
shall
carry
out
the
rectification
and
restoring of the entire structures at his own cost.
3)
Care
shall
be
taken
to
maintain
the
stability
of
retained
structures
for which
necessary structural supports are to be provided without
any extra cost.
4)
The
bidder
shall obtain
the
necessary
clearance
/ protocol
from
Safety department of the Plant for the
arrangement of dismantling
work at every stage.
5)
All
debris
collected
due
to
dismantling
shall
be
transported
and
disposed off as per direction of engineer-in-charge.
6)
Dismantling
shall
be
done
preferably
in
such
pieces,
sizes
and
lengths
as
will
facilitate
easy
transportation
and
disposal
of
those
items to dumping yard /storage yard.
7)
All
serviceable
material
shall
be
stacked
and
transported
to
designated place including unloading and stacking.
8)
Dismantling of RCC foundation/columns/slab/beams will be carried
out
by
Diamond
saw
in
view
of
acute
time
constraint
as
per
drawing/sketch
and
cut
RCC
blocks
will
be
taken
out
from
in-situ


BSP, SP-III
PAGE 3.37
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
expeditiously. Remaining
portion
of
dismantling
is
to
be
done
by
Pneumatic hammer / breaker manually.
9)
The
stacking
shall
be
done
for
various
categories
of
dismantled
items. Such categorisation shall be worked out in consultation with
engineer in charge.
3.4.19.5
Plain and Reinforced Concrete Work
1)
Materials
a)
Cement
Cement:
Ordinary
Portland
cement
shall
conform
to
IS
8112-
1989 and Portland blast furnace slag cement
shall conform to
IS
455-1989.
Soundness
test
is
to
be
carried
out
on
cement
samples
from
time
to
time.
Frequency
of
these
tests
shall
be
increased during monsoon period.
b)
Aggregates
All
aggregates
shall
conform
to
IS
383-1970.
Fine
aggregates
shall be approved river or pit sand. Coarse aggregates shall be
approved
crushed
stone.
Aggregates
shall
be
clean
and
free
from
any
foreign
material.
Test
on
aggregate
shall
be
carried
out
from
time
to
time
to
ascertain
the
suitability
of
the
aggregates as per IS: 1121-1974.
c)
Reinforcement
Minimum
grade
of
reinforcement
bars
shall
be
Fe500.Reinforcement in general shall be of tested quality. Cold
twisted
steel
bars
or
TMT
bars
conforming
to
IS
1786-2008
and
shall
be
free
from
oil
paint
and
rust
coatings.
However,
MS round bars conforming to IS
432-1982 or IRC mesh fabric
reinforcement conforming to IS
1566-1982 can also be used if
specifically
required.
The
binding
wire
shall
be
20
SWG
approved annealed iron wire.
d)
Shuttering
The material for shuttering shall be steel plates as per IS 2062-
2006 or wooden planks as per the requirement.
e)
Jointing materials
All
rubber
and
PVC
water
stops
joint
fillers,
sealing
materials
etc. used in concrete work shall be of standard manufacture as
per
relevant
IS
codes.
Usage
of
these
materials
shall
be
in
accordance with the manufacturer’s instructions.
f)
Admixtures
Admixtures,
if
required,
to
be
used
shall
be
of
approved
quality and make and shall conform to relevant IS codes.


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.38
CET/01/BH/5041/TS/EE/01/R=0
g)
Water
Water shall be clean and of potable quality as per clause 5.4 of
IS 456-2000.
2)
Workmanship
a)
Concrete
Production
and
control
of
concrete
shall
be
as
per
IS
456-
2000.
The
grades
of
concrete
shall
be
as
indicated
in
the
drawing.
The
bidder
shall
at
his
own
cost,
grade
the
aggregates
and
control
the
water
cement
ratio,
design
the
different
mixes
to
required
strength
and
workability.
The
designed
mix
shall
conform
to
the
requirement
ofIS
456-
2000
and
recommended
guidelines
in
SP:
23-1982.
The
minimum
cement
content
and
maximum
water
cement
ratio of concrete work shall conform to the requirements of
durability of concrete for moderate exposure as indicated in
Table-5
of
IS
456-2000.
All
concrete
shall
be
machine
mixed, and no hand mixing shall be permitted.
b)
The maximum size of aggregates used shall be as indicated
in
the
drawings
and
IS
456-2000.
No
concrete
shall
be
placed
on
site
until
the
purchaser
has
approved
the
mix
design.
c)
Where nominal mixed concrete as defined by IS 456-2000 is
permitted
by
the
purchaser
for
any
specific
reason,
the
proportion
of
the
materials
shall
be
as
indicated
in
IS
456-
2000.
d)
Consistency and mixing
Consistency
and
mixing
of
concrete
shall
be
controlled
as
per
IS
– 456-2000
and
the
bidder
shall
carry
out
tests
in
accordance with IS 1199-1959 and as per relevant codes.
e)
Work tests
Over
the
full
period
of
construction,
the
bidder
shall
carry
out works tests of concrete cubes at his own cost. Sampling,
making up, curing
and testing
of specimen shall conform to
IS
– 456-2000,
IS
– 516-1959
and
IS
– 1199
-1959.
The
number
of
specimen
to
be
tested
and
their
criteria
for
acceptance
shall
be
according
to
IS
– 456-2000.
Frequency
of work tests shall be as per relevant codes
f)
Reinforcement
i)
Workmanship
shall
conform
to
IS
–
2502-1963.
All
reinforcement
shall
be
free
from
loose
mill
scale,
rust,
oil, grease and paint, etc.


BSP, SP-III
PAGE 3.39
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
ii)
Welded
joints
may
be
used
in
cases
of
important
connections tests shall be made at the cost of the bidder
to prove that the joints have reached the strength of the
bars
connected.
Welding
shall
be
done
in
accordance
with
IS
2751-1979
and
special
precautions
shall
be
adopted
for
cold
worked
bars.
Butt-welding
between
the
ends
of
a
rod
in
line,
whereby
stress
is
transferred
across
the
section
may
be
adopted
only
for
mild
steel
bars. In case of tack welding for fixing reinforcements in
their position, no special precautions need to be taken.
iii)
All
intersections
of
longitudinal
and
transverse
bars
of
stirrups
and
all
laps
shall
be securely
tied
together
with
approved
binding
wire.
The
binding
wire
shall
be
so
placed
that
it
touches
all
the
four
corners
of
the
intersection and the two ends shall be looped with pliers
and
the
end
should
be
turned
into
the
body
of
the
concrete.
iv)
Welded
joints
may
be
used
in
cases
of
important
connections tests shall be made at the cost of the bidder
to prove that the joints have reached the strength of the
bars
connected.
Welding
shall
be
done
in
accordance
with
IS
2751-1979
and
special
precautions
shall
be
adopted
for
cold
worked
bars.
Butt-welding
between
the
ends
of
a
rod
in
line,
whereby
stress
is
transferred
across
the
section
may
be
adopted
only
for
mild
steel
bars. In case of tack welding for fixing reinforcements in
their position, no special precautions need to be taken.
g)
Placing of concrete
i)
Transporting concrete
Concrete
shall
be
transported
from
the
mixing
plant
to
the
forms
as
rapidly
as
possible
by
means
that
will
prevent
segregation
or
flash
set
in
the
concrete
during
hot
weather.
The
containers
shall
be
such
as
to
prevent
large
evaporation.
At
the
time
of
placing
concrete
in
very
hot
weather,
care
shall
be
taken
to
see
that
the
temperature
in
wet
concrete
does
not
exceed
38°C.
Before
placing
the
concrete,
all
formwork,
embedment
and
reinforcement
shall
be
checked
for
completeness,
location,
dimension,
square
and
plumb.
All
chips
and
sawdust
or
other
foul
matter
shall
be
removed
from
within
the
forms.
The
base
surface
shall
be
well
moistened
and
puddles
wiped
out.
Placing
equipment


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.40
CET/01/BH/5041/TS/EE/01/R=0
and
accessories
shall
be
kept
clean
and
free
of
partially
set
grout
and
concrete,
and
maintained
in
proper
working order. Suitable walk cradles shall be placed over
the
reinforcement
when
the
concrete
is
placed
by
manual transportation.
ii)
Placing
Concrete shall be placed within a maximum period of 25
minutes of its removal from mixer. No concrete shall be
placed until the place of deposit has been inspected and
approved
by
the
Engineer.
In
general,
placing
shall
be
direct,
by
transporting
buckets.
Where
it
is
necessary
to
deposit
the
concrete
at
level
differences
of
more
than
1.5
m,
short
chutes
shall
be
used.
Short
chutes
and
hoppers
shall
be
so
designed
and
installed
that
segregation
will
not
take
place.
In
cases
where
chutes
are impracticable due to excessive drop to placing level,
hoppers
and
sectional
tubes
(elephant
trunks)
shall
be
used.
Concreting
in
open
shall
not
be
allowed
during
rains
unless
all
precautions
have
been
taken
by
the
bidder and permission has been given by the Engineer.
iii)
Construction joints
Construction
joints
shall
be
located
such
that
they
do
not
impair
the
strength
of
the
structure.
In
walls
and
columns,
height
of
each
lift
shall
not
generally
exceed
1.5
m
unless
otherwise
specified
in
the
drawings.
Method
of
forming
all
construction
joints
shall conform
to the provision of IS 456-2000. All construction joints in
the
underground
structures
shall
be
provided
with
rubber
or
PVC
water
bars.
The
surface
of
previously
placed
concrete
at
the
construction
joint
shall
be
thoroughly
hacked
to
expose
the
coarse
aggregates
of
previously
placed
concrete
and
cleaned
with
wire
brush
and
water
to
remove
all
laitance.
Immediately
before
placing
fresh
concrete,
such
prepared
surface
shall
be
coated with a thin layer of cement slurry.
iv)
Compaction
Concrete
in
general
shall
be
consolidated
by
vibration
using
high
frequency
mechanically
driven
vibrators.
Concrete shall be placed in layers at least 300 mm deep
in
walls
and
approximately
450
mm
in
mass
pours.
Vibrators shall not penetrate more than 50 mm into the
surface
of
previously
placed
layer
but
shall
completely


BSP, SP-III
PAGE 3.41
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
vibrate the working layer. Care shall be taken not to over
vibrate
any
concrete
and
especially
those
with
higher
slumps.
Under
no
circumstances
vibrator
shall
be
attached
to
or
allowed
to
touch
reinforcement.
Spare
vibrators
in
good
operating
condition
shall
be
in
hand
during placing operations
h)
Curing and protecting
Curing of concrete with water shall comply with IS:456-2000.
The
bidder
shall
keep
the
exposed
surfaces
of
concrete
in
a
constantly wet condition for at least 7 days from the date of
placing the concrete. Curing compound may be used subject
to
approval
by
the
Engineer.
Finished
floor
and
concrete
shall
be
protected
carefully
until
completely
set.
Protection
of concrete against extreme weather conditions shall comply
with the code.
i)
Repairing and patching
Pockets
honey
combing
and
other
defects,
which
may
be
formed
due
to
segregation,
improper
vibration
and
any
other reason whatsoever shall be completely repaired to the
satisfaction
of
the
Engineer.
The
voids,
if
any,
shall
be
properly keyed and reinforced, if necessary. The face shall be
tightly
formed
and
arranged
for
providing
a
head
in
the
concrete.
The
cavities
shall
be
filled
with
the
same
concrete
as used for the structure and thoroughly rodded or vibrated
where
possible.
The
filled
hopper
shall
be
left
in
place
until
shrinkage
has
taken
place
and
the
concrete
sets
sufficiently
to
stay
in
place.
While
still
`alive’,
the
upper
part
of
form
hopper shall be removed and excess concrete struck off and
finished
with
wooden
flat
or
trowel
to
match
existing
concrete. Any fins or unsightly grout runs or
bulges shall be
removed
from
the
surfaces
exposed
to
view.
The
rod
holes
shall
be
finished
with
cement
or
grouted
to
match
the
existing surface as closely as possible. No cement wash shall
be used unless particularly called for in the drawings.
3.4.19.6
Embedment/ Inserts
1)
All embedment/ inserts shall be accurately set and rigidly fastened.
Anchor bolts shall be set to template and firmly secured in vertical
and
horizontal
line
at
required
positions.
Water
stops
shall
be
secured
against
displacement
during
the
placing
of
concrete.
The
joints
for
G.S.
sheet
water
stops
shall
be
soldered
watertight
and
those
of
PVC
and
rubber
shall
be
joined
by
cementing
and


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.42
CET/01/BH/5041/TS/EE/01/R=0
vulcanizing.
Expansion
joint
fillers
shall
be
for
the
full
depth
of
slabs or full width in walls and shall be cemented with bituminous
cement
against
previously
placed
concrete.
The
ends
shall
be
butted tight and the upper edge set flush with finished slabs.
2)
Anchor
holes
and
anchor
bolts
shall
be
protected
by
covering
suitably
with
brickwork
in
lean
cement
mortar
after
thorough
cleaning.
3.4.19.7
Grouting bases of machine, foundation bolts, etc.
1)
Grouting:
i.
Before
placing
the
grout,
the
concrete
surface
shall
be
thoroughly
cleaned,
preferably
with
compressed
air
and
the
surface
shall
be
thoroughly
wetted
with
water
for
several
hours.
Grout
concrete
shall
be
of
non-shrink
standard
ready
mixed
cement-based
grout
of
approved
make.
The
grouting
shall
be
prepared
and
placed
as
per
manufacturers’
instructions.
Before
placing
the
grout
all
free
water
shall
be
removed
and
the
flat
surface
shall
be
coated
with
thin
cement slurry.
ii.
Non-shrinking free flow grout: Ready –mix non-shrinking free
flow
grout
not
less
than
30N/mm
2
shall
be
used
in
accordance
with
the
method
specified
by
the
manufacturer.
Material shall be as approved by the Engineer.
2)
Curing
The
grout
must
not
dry
out
after
it
is
placed
in
position.
The
surface shall be kept moist with wet sacks for at least seven days.
3.4.19.8
Tolerances
Tolerance
is
a
specified
permissible
variation
from
lines,
grades
or
dimensions
given in drawings.
No tolerances
specified for horizontal or
vertical
building
lines
or
footings
shall
be
construed
to
permit
encroachment beyond the legal boundaries.
Unless otherwise specified,
the tolerance shall be as per the relevant IS codes.
3.4.19.9
Shuttering For Concrete
1)
The
term
`shuttering’
shall
include
all
centering
and
form
work
required
to
support
the
concrete
during
the
process
of
laying,
compacting
and
setting
and
all
items
such
as
planking,
lagging,
walling,
moulds,
covers,
cross
bearer,
struts,
props,
bracing,
etc.,
shall be covered by the term `shuttering’.
BSP, SP-III
PAGE 3.43
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
2)
Shuttering
shall
be
strong
and
constructed
rigidly
so
that
there
shall
not
be
any
deformation
underweight
and
pressure
of
wet
concrete, constructional loads, wind and/or other forces. It shall be
constructed
in
such
a
manner
that
it
can
be
easily
removed
afterwards.
3)
The
shuttering
shall
have
smooth
and
even
surface
and
so
constructed
as
to
remain
sufficiently
rigid
during
the
placing
and
compacting
of
concrete
and
shall
be
sufficiently
tight
to
prevent
loss of liquid from the concrete.
4)
Devices
shall
be
provided
in
the
shuttering
for
forming
openings,
holes, pockets, chases, recesses etc., wherever required.
5)
Cutting of holes etc. in the concrete after casting shall be avoided.
Corner
fillets
shall
be
provided
in
the
formwork
to
obtain
chamfered edges to beams, columns, etc. wherever required.
6)
Shuttering
shall
conform
to
IS:
456-2000.
Forms
shall
be
of
pre-
fabricated
standard
or
shop-built
panels
or
built-in-place
units,
stiffened and braced. A smearing of oil shall be given on the faces
of the shuttering in contact with the concrete. Care shall
be taken
so that oil does not come in contact with the reinforcement. Forms
shall be cleaned from all dust and loose materials before applying
oil
over
it.
Formwork
with
brick
lining
may
be
done
for
structures
below
ground
level
on
earth
face
with
prior
permission
of
the
Engineer. Bricks shall be thoroughly wetted before laying concrete
and
the
brick
lining
may
be
left
in
position,
if
so
desired
by
the
bidder.
7)
The
shuttering
shall
be
such
that
after
its
removal,
the
exposed
concrete shall be smooth and even. If any unevenness is found, the
bidder
shall
chip
the
bulged
portion
of
the
concrete
and
plaster
with
6
mm
thick
cement
plaster
(1:4)
at
his
own
cost,
after
obtaining Engineer’s approval.
8)
The
minimum
period
for
removing
form
work
from
various
concrete
members
when
normal
Portland
cement
is
used
shall
be
as per the provision of IS:456-2000, it being assumed that the work
shall
not
be
loaded
for
several
days
after
the period
given.
All
formwork
shall
be
removed
without
any
shock
or
vibration
to
the
concrete.
9)
Supports
Formwork
shall
be
so
designed
that
the
side
of
beams
and
slabs
can be removed without disturbing soffit forms and their supports.
Props
and
supports
shall
allow
accurate
adjustment
of
the
formwork to line and level and be capable of being removed in an
approved
sequence
without
causing
any
injury
to
the
concrete.


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.44
CET/01/BH/5041/TS/EE/01/R=0
Provision
shall
be
made
for
removal
of
formwork
without
disturbing props required for supporting hardening concrete
10)
Setting
Panels and units shall be set to true dimensions and alignment and
rigidly
tied,
walled
and
braced
to
prevent
distortion
and
displacement
during
concreting.
All
joints
shall
be
tight
and
close
fitting to prevent leakage. At all construction joints, formwork shall
be
tightly
secured
against
previously
cast
and
hardened
concrete.
While
fixing
formwork
for
beams
and
slabs,
tight
fitting
collars
shall be provided around the heads of columns and the joints shall
be
made
grout
tight.
Slip
forms
where
used
shall
provide
smooth
and
even
surface
true
to
dimension
and
alignment
and
shall
be
free of unsightly offsets, fins or bulges.
11)
Ties
Standard form ties, clamps, bolts, inserts etc., shall be of adequate
strength.
Spreader,
either
removable
or
embedded
type,
shall
be
used
to
maintain
the
wall
thickness.
The
material
and
position
of
any tie passing through the formwork shall be as approved by the
Engineer.
All
ties,
which
will
remain
embedded
in
the
concrete,
shall be fixed in a manner that will provide a minimum cover of 12
mm
at
both
the
ends.
Any
holes
left
after
the
removal
of
the
ties
shall
be
filled
with
concrete
or
mortar
as
approved
by
the
Engineer. Provision shall be made for forming holes and chases for
services
and for
providing
pipes,
conduits
and
other
fixtures
as
shown in the drawing and/or as directed by the Engineer
12)
Cleaning and treating of forms
All
rubbish
shall
be
removed
from
the
interior
of
the
formwork,
and
inside
of
the
formwork
shall
be
wetted
with
water
before
commencing
the
concreting.
Mould
oil
or
other
approved
release
agent
shall
be
used
at
all
panels.
Care
shall
be
taken
to
prevent
contact of release agent with reinforcement.
3.4.19.10
Mortar for Plaster Work
1)
Materials
a)
Cement
Cement used shall conform to IS – 269-1989 / IS – 8112-1989 or IS
– 455-1989.
b)
Sand
The sand used shall be of approved quality river or pit sand and it
shall conform to
IS – 1542-1992 for plaster and to IS – 2116-1980
for
masonry
mortar.
Sand
for
the
mortar
shall
be
evenly
graded


BSP, SP-III
PAGE 3.45
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
from coarse to fine and shall be free from loam, clay, dust and any
other organic or foreign matter.
c)
Admixtures/Plasticisers
Admixtures/
plasticizer
of
approved
make
and
quality
may
be
allowed in the mortar, if permitted by the Engineer.
d)
Water
Water shall be clean and of potable quality
2)
Mortar Proportion
The proportion of cement and sand for mortar shall be as specified
in the technical specification/ drawing/schedule of quantities.
3)
Workmanship
a)
The workmanship shall conform to IS 1661-1972 for plaster.
b)
Mortars shall
be
used
within
one
hour
of
the
first
contact
of
cement
with
water.
All
materials
remaining
after
this
period
shall
be
discarded.
Mortars,
which
have
started
to
set,
shall
not
be
re-
tempered.
3.4.19.11
Plaster Work
1)
Materials
Mortar
for
plaster
work
shall
be
as
specified
above
in
this
specification.
2)
Workmanship
a)
All plasterwork shall be carried out according to IS 1661: 1972.
The
thickness
and
proportion
of
cement
plaster
shall
be
as
specified
in
the
drawing.
Where
the
thickness
of
plaster
is
20
mm or more, it shall be done in two operations (coats).
b)
The
surface
to
be
plastered
shall
be
cleaned
of
all
extraneous
matter
and
rubbish.
Brickwork
joints
shall
be
raked
and
concrete
surface
shall
be
roughened
by
chipping
or
hacking.
Any
shuttering
materials
adhering
to
the
concrete
shall
be
removed. The surface shall be thoroughly watered and soaked,
aerated
and
all
putlog
holes
shall
be
closed
before
starting
plastering
operation.
Plaster
pads
of
required
thickness
of
plaster
for
correctness
of
plumb,
line
and
level
shall
be
established by the Bidder before starting plaster work.
c)
For
one
coat
plaster
work,
the
plaster
shall
be
laid
slightly
thicker
than
the
specified
thickness
and
the
surface
then
levelled with a flat wooden rule to the required thickness. The
plaster
shall
be
well
pressed
into
the
joints
and
the
surface
finished for getting smooth and even surface.


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.46
CET/01/BH/5041/TS/EE/01/R=0
d)
Where
two
coats
plaster
work
is
specified,
the
first
coat
shall
be applied as described above except that the surface shall be
left rough and keys formed for the application of second coat.
The
second
coat
shall
be
applied
a
day
or
two
after
the
first
coat has set, but the first coat shall not be allowed to dry. The
second coat
shall consist of mortar ground very fine
and
shall
be
laid
on
with
a
wooden
rule
to
specified
thickness,
rubbed
smooth
and
levelled
and
the
surface
plastered
completely
the
same day. The levelling shall be continued till the plaster is dry
and all moisture which exudes from the plaster shall be wiped
out
with
fine
cloth.
The
surface
shall
be
kept
dry
until
exudation of moisture ceases, during the process of rubbing.
3)
Curing
After
the
completion
of
plastering
works,
it
shall
be
cured
by
adequate watering for a period of seven days.
3.4.19.12
Glazing
1)
Materials
a)
Sheet glass
Unless otherwise specified, all glass used in the work shall be
of
quality
approved,
distortion
free,
transparent
sheet
glass
conforming
to
IS
1761-1960
and
shall
be
free
from
specks,
bubbles,
smokes,
wanes,
air
holes
and
other
defects.
Unless
otherwise
specified,
for
sizes
of
glass
above
900
mm
X
900
mm plate glass shall be used. Glazing to doors shall be done
with
6.3
mm
thick
sheet
glass
weighing
about
15
kg/m2.
Glazing to windows and ventilators shall be
done with 4 mm
thick sheet glass weighing about 10 kg/m2.
b)
Plate glass
Where
plate
glass
is
specified
for
the
work,
it
shall
be
of
thickness
as
specified
with
a
permissible
tolerance
of
0.5
to
0.8
mm
for
polished
plate
glass.
The
transparent
type
glass
shall
have
polished
surface
giving
clear
and
undistorted
vision.
c)
Putty
Putty
for
use
on
wooden
frames
shall
conform
to
IS
419-
1967
and
putty
for
use
on
metal
frames
shall
conform
to
IS
420-1953.
d)
Mastic
Mastic shall be of approved quality.


BSP, SP-III
PAGE 3.47
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
2)
Workmanship
a)
Glazing
of
metal
doors,
windows
and
ventilators
shall
conform
to
IS
1081-1960
and
glazing
of
timber
doors,
windows and ventilators shall conform to IS 1003-1991.
b)
All
glass
shall
be
cut
according
to
the
sizes
required
as
per
drawings.
Glass
shall
be
delivered
to
site
in
cut
sizes
bearing
the
manufacturer's
name/trade
mark
and
the
quality,
thickness
and
unit
weight
shall
be
clearly
marked
on
the
packages.
c)
The method of glazing in each case shall be according to the
details as shown on the drawings. For glazing wooden doors
and
windows,
the
wooden
rebate
shall
be
well
oiled
to
prevent
oil
from
putty
being
absorbed
by
wood.
The
frame
shall be cleaned thoroughly and sufficient compound applied
to
the
rebate
so
that
when
glass
is
pressed
into
it,
a
back
putty of not less than 2 mm thick remains. Surplus compound
squeezed out at the back shall be stripped at an angle so that
water is shed away. Unless otherwise specified, glass shall be
secured
with
approved
glazing
clips.
Where
shown
in
the
drawings,
aluminum
or
timber
glazing
beads
with
aluminum
screws shall be used.
3.4.19.13
Aluminium Swing Door with Floor Spring
1)
The door frame section shall be made from 101.6 mm X 44.45 mm X
3.18
mm
thick
anodized
aluminium
section
of
INDAL
or
other
approved equivalent.
2)
Door stiles, top and bottom rails, etc. shall be made as per drawing
with
anodized
aluminium
box
section
having
wall
thickness
of
not
less
than
2.5
mm.
5.5
m
thick
plate
glass
of
approved
quality
and
make
shall
be
used
as
glazing.
Glazing
shall
be
fixed
to
the
shutter
frame
with
snap
on
bead
of
approved
quality
and
make
and
neoprene
gaskets.
The
door
shall
be
fixed
with
double
action
floor
spring securely anchored to floor and pivot for swing action.
3)
All
necessary
fittings
and
fixtures
like
anodized
Aluminium
door
handle,
weather
strips,
bolting
and
locking
arrangements
with
keys
in duplicate of approved quality and make shall be provided.
4)
All
other
works
shall
be
executed
as
per
the
relevant
code
of
practices brought out by Bureau of Indian Standards, manufacturers
specification and prevalent sound practices in field.


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.48
CET/01/BH/5041/TS/EE/01/R=0
3.4.19.14
Granolithic Bedding and Floor Hardener Finish
1)
Materials
a)
Cement:
Cement
shall
conform
to
IS:
269-1989
or
IS:
455-1989
or
IS: 1489 Part-1-1991.
b)
Coarse aggregates: It shall be of approved broken graded stone of
size
10
mm
and
down.
All
aggregates
shall
be
tested
in
accordance with IS: 383-1970
c)
Sand: The sand shall be approved river or pit sand shall conform to
IS: 383-1970.
d)
Floor
hardener:
It
shall
be
of
best
quality
heavy
duty
metallic
hardener -Ironite or approved equivalent.
e)
Water: Water shall be clean and of potable quality.
2)
Workmanship
a)
Proportion of Mix
The
proportion
of
mix
for
granolithic
bedding
shall
be
1
part
of
cement,
1
part
of
sand
and
2
parts
of
granite
chipping.
The
mix
for
the
floor
hardener
shall
be
in
accordance
with
the
manufacturer's specification.
b)
The thickness of granolithic finish shall be 25 mm and shall be laid
in
accordance
with
IS:5491-1969
-Code
of
Practice
for
laying
in-
situ
granolithic
concrete
floor
toppings.
The
surface
of
the
base
concrete
shall
be
thoroughly
hacked
or
chipped
to
remove
laitance,
well
saturated
with
water
and
cleaned.
Immediately
before laying granolithic finish, any excess water shall be removed
and the surface of the base concrete shall be covered with a thin
layer
of
cement
slurry
well
brushed
in.
Just
sufficient
water
shall
be
added
to
the
ingredient
of
granolithic
mix
to
obtain
enough
plasticity.
The
mix
shall
be
laid
over
the
freshly
grouted
base
in
suitably
divided
panels
and
evenly
well
tamped
into
place,
screeded
and
lightly
floated
to
required
levels.
No
dimensions
of
a panel shall exceed 2 m.
c)
When
the
granolithic
finish
has
partially
dried,
approved
floor
hardener
mix
shall
be
applied
on
the
granolithic
finish
in
two
or
more
coats
and
finished
evenly
with
a
trowel.
Each
coat
shall
be
applied
before
the
previous
coat
dries.
Workmanship
for
floor
hardener finish shall conform to manufacturer's specification. The
thickness of the floor hardener topping shall be 15 mm minimum.
d)
Curing


BSP, SP-III
PAGE 3.49
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
The finished surface after hardening shall be cured for a minimum
period
of
seven
(7)
days
by
impounding
water
on
the
finished
surface
3.4.19.15
White Washing and Cement Painting
1)
Materials
a)
Lime
White
wash
shall
be
prepared
from
shell
(fat)
lime
conforming to IS
712-1984.
b)
Gum and blue pigment
Gum and blue pigment for white wash shall be of best quality
and of approved one.
c)
Water
Water shall be clean and of potable quality.
d)
Paint
Paints shall conform to relevant Indian Standards and shall be
of
approved
brands.
Only
ready
mixed
paints
shall
be
used
for the work, unless otherwise approved by the Engineer. The
materials
for
succeeding
coats
on
any
one
surface
shall
be
product of the same manufacturer supplying the first coat for
that
particular
surface.
Aluminum
paint
shall
conform
to
IS
2339-1963.
e)
Brushes
Brushes
shall
be
of
type
and
size
suitable
for
the
work,
conforming
to
IS
487-1985.
Rags
or
inferior
quality
brushes
shall not be used on the work.
2)
Workmanship of whitewashing
a)
Slaking
Slaking of lime shall conform to IS 1635-1992. The lime shall
be
placed
about
300
mm
deep
in
a
drum
with
about
1200
mm deep water standing in the drum. Lime shall be added to
the
water
and
not
water
to
the
lime.
The
lime
in
water
shall
then
be
vigorously
stirred.
Lime
shall
be
considered
to
be
completely
slaked when
the
temperature
of
the
lime
and
water
shall
cease
to
rise
and
any
further
addition
of
water
shall
not
produce
any
further
chemical
action
or
heat.
Water
shall
then
be
allowed
to
stand
on
for
12
hours
or
more
until
the normal temperature is restored.
b)
Mixing


BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.50
CET/01/BH/5041/TS/EE/01/R=0
The
slaked
lime
shall
be
dissolved
in
a
tub
with
sufficient
quantity
of
water
and
shall
be
well
mixed
to
give
a
thin
creamy
consistency.
It shall then be
strained through
a clean
coarse
cloth
and
gum
dissolved
in
hot
water
shall
be
added
to
it
at
the
rate
of
2
kg
for
each
cubic
metre
of
lime
and
ultramarine
blue
added
to
the
mixture
in
small
proportion
just sufficient to give a very light bluish tint.
Colour
wash
shall
be
prepared
in
the
same
way
as
for
the
white
washing
except
that
necessary
amount
of
colouring
matter
shall
be
added
to
lime
mixture
in
this
case.
No
blue
shall be added to lime mixture in case of colour wash.
c)
Preparation of surface
Before the wash is laid, the surface shall be well cleaned and
brushed.
After
cleaning
the
surface,
all
holes,
cracks
and
patches shall be made good with approved materials.
d)
Application
i)
Whitewashing
White
wash
shall
be
applied
with
brush,
each
coat
consisting of vertical stroke from top downwards followed
by
opposite
stroke
upwards
over
the
first
stroke
and
horizontal stroke from left to right followed by stroke from
right
to
left.
Each
coat
must
be
allowed
to
dry,
before
the
next
coat
is
applied.
On
completion,
the
surface
when
it
becomes
dry,
shall
present
a
uniform
white
appearance.
When
dry,
no
coat
of
white
wash
shall
show
any
patches,
hair
cracks
or
strokes
nor
shall
it
come
off
when
rubbed
with hand. White wash shall be done in three coats. Doors
and
windows,
floors
etc.,
must
be
protected
from
whitewash
splashes.
Any
splashes
and
droppings
shall
be
removed and cleaned immediately.
ii)
Colour washing
Colour
wash
shall
be
applied
in
the
same
manner
as
specified
for
white
wash.
During
application,
the
solution
shall
be
stirred
continuously
and
wash
shall
be
applied
with
care
to
avoid
any
cut
shade
or
brush
marks
on
the
walls
when
the
work
is
completed.
For
all
new
work,
the
surface
to
be
colour
washed
shall
first
be
treated
with
a
priming coat of lime wash. Unless otherwise specified, two
coats
of
white
wash
shall
be
first
applied
before
colour
wash
is
applied.
The
colour
wash,
whether
applied
inside
or outside of a building shall be of uniform tint and shade.


BSP, SP-III
PAGE 3.51
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
Any splashes and droppings shall be removed and cleaned
immediately
3.4.19.16
Painting
a)
Ready mixed paint
Only
ready
mixed
paints
of
approved
brands
shall
be
used.
The
product
shall
be
such,
when
applied,
it
shall
spread
evenly
in
a
thin
coat
and
flow
on
smoothly
and
shall
dry
quickly
forming
a
tough durable film without showing any brush marks or cracks.
Preparation of surface
iii)
The
surface
of
steelwork
to
be
painted
shall
be
cleaned
free
of
dirt,
oil,
rust,
mill
scale
and
be
thoroughly
dry
before
painting.
Cleaning,
degreasing,
de-rusting
and
de-scaling
wherever
necessary
shall
be
carried
out
as
specified
in
IS
1477(part 1)-1971.
iv)
The surface of woodwork to be painted shall
be cleaned and
rendered dry, free of dirt, grit and grease and shall be rubbed
smooth with the
appropriate
quality of sand
paper. All knots
patches
and
sappy
spot
shall
be
touched
up
with
shellac
varnish.
b)
Painting steel work & woodwork
Painting
of
steel
work
shall
be
carried
out
as
per
manufacturer’s specification.
3.4.20
Specific Requirements
1)
Mud
mat/lean
concrete
will
be
in
M10B
and
minimum
thickness
of the same will be 100 mm.
2)
Minimum grade of concrete for all RCC works shall be M25.
RCC slab thickness (min) =200mm
3)
Grouting
below
machine/equipment
bases
and
pockets,
Structural
column
bases
shall
be
with
non-shrink
grout
of
approved make & grade.
4)
Cover
for
Cable
trench
shall
be
of
chequered
plate
inside
shop
and RCC precast slab outside shop.
5)
Anchor
bolts
shall
be
set
to
template
and
firmly
secured
in
vertical
and
horizontal
line
at
required
positions.
Water
stops
shall
be
secured
against
displacement
during
the
placing
of
concrete.
6)
Where
it
is
required
to
anchor
new
concrete
with
the
old
one,
dowel bars of size as per design will be epoxy grouted by drilling
BSP, SP-III
Replacement of DC motor to AC motor with
VFD for mixer cum nodulising drum
PAGE 3.52
CET/01/BH/5041/TS/EE/01/R=0
holes
in
old
concrete
and
epoxy
compounds
will
be
used
to
secure firmly.
7)
The
contractor
shall
take
adequate
precautions
to
ensure
complete safety and be responsible for the same. The safety code
for regulations of safety as per Indian standard codes are:
IS: 3764-1992
Safety code for excavation work.
IS: 4014-1967
Safety Regulations for Scaffolding work.
IS: 4081-1966
Safety code for drilling and blasting operations
IS:4138-1977
Safety code for working with compressed air.
IS:7923-1985
Safety
code
for
working
with
construction
machinery.
The
successful
Bidde
r
shall
provide
and
maintai
n
at
his
own
cost,
pumps
and
other
equ
ipments
to
keep
the
works
f
ree
from
water
until
the handing over of th
e works.
3.4.20.1
The
successful
Bidder
shall
keep
the
site
clear
on
a
continuous
basis
of
all
rubbish
etc.,
which
may
arise
out
of
the
work
e
xecuted
by
him
and
dispose them
suitably
in allotted areas, Dump Area
shall be as
per SBD
from the battery limit.
3.4.21
Safety
All
equipment or
mac
hinery
shall
be
equipped
wit
h
safety
devices
and
provided
with
adequa
te
clearance
to
comply
wit
h
safety
codes
and
statutory norms preval
ent at the place of installation
.
BSP, SP-III
PAGE 4.1
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
4
COMMISSIONING AND PERFORMANCE GUARANTEE
4.1
PRELIMINARY ACCEPTANCE
On
completion
of
erection
of
the
facilities
by
the
bidder,
trial
runs
for
individual equipment / units shall be conducted by the bidder to prove
that
the
facilities
have
been
supplied
and
erected
as
per
contract
and
after
erection,
facilities
are
fit
for
start-up
and
commissioning.
After
liquidation
of
all
the
defects
and
after
fulfilling
all
the
provision
of
clause
24
of
GCC
of
Standard
Bidding
Document
(SBD)
employer
shall
issue
Preliminary
Acceptance
Certificate
(PAC)
for
the
subsequent
commissioning of facilities.
4.2
COMMISSIONING
Commissioning
test
shall
be
undertaken
by
the
bidder
as
per
the
provisions
of
Clause
25
of
GCC
of
SBD
. On
successful
completion
of
commissioning test employer shall issue commissioning certificate.
The
facilities
shall
be
deemed
to
be
commissioned
on
fulfilment
of
following:
Commissioning test will be performed for seventy two (72) hours
continuously
for
drive
unit
with
motor in
working
condition.
During
the
entire
duration
of
commissioning
test,
only
one
(1)
sustainable tripping of drive shall be allowed.
In
case
of
any
interruption
during
the
specified
period/
duration
of
commissioning on
account of reasons
attributable to the Employer, the
acceptance
of
commissioning
with
regards
to
duration
of
commissioning tests shall be as per the mutually agreed terms between
the Employer and the bidder.
4.3
PERFORMANCE GUARANTEE
4.3.1
General
4.3.1.1
The
bidder
shall
guarantee
the
equipment
for
its
workmanship,
materials, design and satisfactory operation in accordance with relevant
specifications
and
provisions
of
the
contract.
The
guarantee
for
performance
shall
include
individual
items
and
systems
for
various
ratings / out puts as well as for the integrated operation of the plant.
4.3.1.2
The
details
of
the
performance
guarantee
tests,
test
procedures,
test
schedules
for
the
demonstration
of
performance
guarantee
parameters
shall
be
submitted
to
the
employer
which
shall
be
mutually
agreed
upon.
BSP, SP-III
Replacement of DC motor to AC
motor with
VFD for mixer cum nodulising dr
um
P
AGE 4.2
CET/01/BH/5041/TS/EE/01/R=0
4.3.1.3
The
bidder
shall
conduct
the
performance
guarantee
tests
to
demonstrate
PG
parameters
as
defined
hereunder
in
subsequent
para
and as per provisions of
Clause 27 of GCC and Appendix-V of SBD
.
4.3.1.4
PG Test shall be conducted within a period of six months after the date
of
commissioning
once
facilities
achieve
stable
operation
as
well
as
production level.
4.3.1.5
Period of PG Test shall be for 7 working days during which bidder shall
demonstrate the PG parameters.
4.3.2
Preconditions for Performance Guarantee Tests
4.3.2.1
Preconditions for the employer
:
Availability of input power.
4.3.2.2
Preconditions for the bidder
:
Bidder
shall
bring
their
measuring
tools/instruments
for
performing
PG
test
as
may
be
required.
All
measuring
device
must
be
calibrated
and
work under normal operating conditions (within normal range of limits)
4.3.3
Performance Guarantee Parameters
Bidder
shall
have
to
demonstrate
following
parameters
as
listed
hereunder:
Sl.
No.
PG Parameter
Guaranteed Value
1.
No.
of
sustainable
Drive
tripping
due
to
internal
faults
while
motor
is in
working condition
0 nos. of tripping
( 7 days continuously working)
4.3.3.1
Variance of input conditions for PG parameters
In
the
event
of
any
variance
in
the
input
conditions
w.r.t
quality,
quantity, or
any
other
parameter as
defined in cl. 4.3.2 and 4.3.3, which
has
a
bearing
on
the
PG
parameter,
the
output
PG
parameter
shall
be
mutually
discussed
and
revised
as
per
the
agreement
between
the
Employer and Bidder, before the start of PG tests.
4.3.3.2
Non
fulfilment
of
Performance
Guarantee
Parameters
and
Liquidated
Damage
In
case
the
bidder
is
unable
to
attain
the
guaranteed
value
of
performance
guarantee
parameters
but
attains
within
the
minimum
acceptable
level
of
the
performance
guarantee
parameters
as
specified
BSP, SP-III
PAGE 4.3
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
either
in
whole
or
in
part
then
employer
shall
recover
the
amount
of
liquidated damage as mentioned hereunder:
Sl.
No.
PG Parameter
Guaranteed
Value
Acceptable
Limit with
LD
LD in %
No.
of
sustainable
Drive tripping due to
internal
fault
s
in
while
motor
is
in
working condit
ion
0
nos.
of
sustainable
tri
pping
5 nos.
0.75%
for
each
tripping.
(More
than
5
tripping
,
not
acceptable.
PGT
to
start
fresh)
Total
Liquidated dam
age
for
no
n-fulfilment
of
PG
parameters
shall
be
limited
to
7.5%
of
contract
v
alue,
excluding
taxes
and
duties,
as
stipulated in GCC of S
BD.
4.4
FINAL ACCEPTANCE
Final acceptance shall
be as per
clause no. 28 of GCC of SBD
.
BSP, SP-III
ANNEXURE-2.1.9.2-1
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor with VFD for mixer cum
nodulising drum
PAGE 1 of 1
ANNEXURE –2.1.9.2-1
IMPLEMENTATION SCHEDULE
SCHEDULE OF POST-ORDERING ACTIVITIES AFTER STAGE II APPROVAL
Time
→
Activity
↓
1
2
3
4
5
6
7
8
9
10
11
12
From Effective Date of Contract
App
ro
val of Basic Engg. & Detail Engg.
draw
ings
Man
ufacture & Supply of Equipment
Civil
& Structural works
Erec
tion/installation of equipment and
trials
Testing & Commissioning
SCHEDULE – 1.8-1
BSP, SP-III
SCHEDULE – 1.8-1
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 1
DECLARATION OF SITE VISIT
(To be filled up by the Bidder)
I, hereby, declare that I have visited the site to understand the site conditions, and
acquainted
myself
with
atmosphere
prevalent
therein.
I
have
also
understood
the
extent of total works involved for this package.
Signature of the Bidder:
Seal of company
Name:
Designation:
SCHEDULE – 1.8-2
BSP, SP-III
SCHEDULE – 1.8-2
CET/01/BH/5041/TS/EE/01/R=0
Replacement o
f DC motor to AC m
otor
with VFD for m
ixer cum nodulising
drum
PAGE 1 OF 1
LIST OF EXCLUSIONS
Sl. No.
Reference clause of TS
Details of Exclusions
Reasons
Signature of the Bidder
Seal of compa
ny
Name
Designation
SCHEDULE – 1.8-3
BSP, SP-III
SCHEDULE – 1.8-3
CET/01/BH/5041/TS/E
E/01/R=0
Replacement of D
C motor to AC m
otor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 1
LIST OF DEVIATIONS
Sl. No. Reference clause of TS
Details of Deviations
Reasons
Signature of the Bidder
Seal of company
Name
Designation
SCHEDULE – 1.8-4
BSP, SP-III
SCHEDULE – 1.8-4
CET/01/BH/5041/T
S/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 1
LIST OF RECOMMENDED SPARES FOR
TWO YEARS NORMAL OPERATION
(To be filled by the Bidder)
Bidder shall recommend and tabulate below the list of additional spare parts for
two years trouble free operation. Additional sheet of like format may be used if
necessary.
Sl.
No.
Name of Sub
Assembly
Description of Items
Quantity
recommended
Seal of Com
pany
Signature of the Bidder
Name:
Designation:
SCHEDULE – 1.8-5
BSP, SP-III
SCHEDULE – 1.8-5
CET/01/BH/5041/TS/EE/0
1/R=0
Replacement of DC motor to AC motor
with VFD for
mixer cum noduli
sing
drum
PAGE 1 OF 1
LIST OF COMMISSIONING SPARES
(To be filled by the Bidder)
Bidder shall tabulate below item wise the list of commissioning spares necessary
for the equipment offered. Additional sheet of like format may be used if
necessary.
Sl.No.
Name of Sub Assembly
Description of
items
Quantity
recommended
Seal of Company
Signature of the Bidder
Name:
Designation
SCHEDULE – 1.8-6
BSP, SP-III
SCHEDULE – 1.8-6
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 1
LISTS OF SPECIAL TOOLS AND TACKLES
Sl. No.
Description
Quantity
Signature of the Bidder
Seal of company
Name
Designation
SCHEDULE – 1.8-7
BSP, SP-III
SCHEDULE – 1.8-7
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 1
LIST OF FIRST FILL OF OILS AND LUBRICANTS
Sl. No.
Description
Quantity
Signature of the Bidder
Seal of com
pany
Name
Designation
SCHEDULE – 1.8-8
BSP, SP-III
SCHEDULE – 1.8-8
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 1
DETAILS OF AUTHORISED PERSON OF BIDDER DURING TENDER
EVALUATION
1.
Name of Project
:
2.
Tender No.
:
3.
Name & Address of Bidder
:
4.
Name of authorized person (TECHNICAL)
:
5.
Email address
:
6.
Mobile No.
:
7.
Name of alternate authorised person (TECH)
:
8.
Email address
:
9.
Mobile No.
:
10.
Name of authorized person (COMMERCIAL)
:
11.
Email address
:
12.
Mobile No.
:
13.
Name of alternate authorised person (COMM) :
14.
Email address
:
15.
Mobile No.
:
Authorised Signatory
SCHEDULE – 1.8-9
BSP, SP-III
SCHEDULE – 1.8-9
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor
with VFD for mixer cum nodulising
drum
PAGE 1 OF 1
REQUIREMENT OF CONSTRUCTION WATER & POWER
Sl. No.
Description
Quantity
Signature of the Bidder
Seal of com
pany
Name
Designation
BSP, SP-III
ANNEXURE –1.2.1-1
CET/01/BH/5041/TS/EE/01/R=0
Replacement of DC motor to AC motor with VFD for mixer cum
nodulising drum
PAGE 1 OF 1
ANNEXURE-1.2.1-1
LOCATION OF EXISTING AND PROPOSED FACILITIES AT SP-3
LIST OF ACCEPTABLE MAKES OF
EQUIPMENT & SUPPLIES
(Indigenous Supplies Only)
CET
Experience that delivers
APRIL 2023
This
document
“ACCEPTABLE
MAKES
OF
EQUIPMENT
AND
SUPPLIES”
is
for
indigenous
supplies/
bought
out
items
only
and
is
a
part
of
the
tender
specification
for
various
packages.
The
“makes”
of
various
equipment and supplies are listed
out
in
this
document.
It
is
essential
that
the
equipment/
component/
materials
to
be
supplied
indigenously
by
the
bidder
will
be
of
any
one
of
the
makes
listed
against
that
particular
equipment/
component/
material
in
this
document
as
further
detailed
subsequently.
PREAMBLE
•
Vendor
shall
have
established
Quality
Management
System
certified
as
per
ISO-
9001 or equivalent
•
Vendor
should
have
installed/
supplied
at
least any of the following within last 7 years
for the item(s):
Either
at
least
2
reference
in
any
of
the
SAIL plants/ RINL
Or
at least 3 references in any of the private
Integrated Steel Plants
Or
at least 3 references in Maharatna Public
S
ector
Undertakings/
Navratna
Public
S
ector
Undertakings/
Listed
Indian
companies
(excluding
financial
institutions)
having turnover in excess of ₹5000 crores in
last financial year.
Copy
of
purchase
orders
along
with
satisfactory
performance
certificate/
inspection
certificates
for
the
above
references
shall
be
provided
from
the
clients
•
Self-declaration
from
vendor
that
the
company
is
not
blacklisted
in
any
SAIL
plants or PSUs
ACCEPTANCE CRITERIA
These
are
critical
equipment
and
i
tems.
Contractor/
bidder
to
ensure
that
items
listed under this category shall be sup
plied
only from the makes listed.
In
exceptional
cases,
if
no
listed
ma
ke
or
only one make out of the listed makes
for a
particular equipment/ item are availa
ble to
the
bidder/
contractor
for
supply
then
additional
makes
can
be
prop
osed.
However, bidder/ contractor shall est
ablish
the
non-availability
of
the
listed
m
akes.
Additional
makes
proposed
by
bi
dder/
contractor
shall
be
approved
subje
ct
to
fulfilling
the
acceptance
criteria
stipu
lated
alongside.
CATEGORY ‘A’ ITEM
S
•
Vendor
shall
have
established
Quality
Management
System
certified
as
per
ISO-
9001 or equivalent
•
Vendor
should
have
installed/
supplied
at
least any of the following within last 7 years
for the item(s):
Either
at
least
2
references
in
any
of
the
SAIL plants /RINL
Or
at least 3 references in any of the private
Integrated Steel Plants
Or
at least 3 references in Maharatna Public
Sector
Undertakings/
Navratna
Public
Sector
Undertakings/
Listed
Indian
companies
(excluding
financial
institutions)
having turnover in excess of ₹5000 crores in
last financial year.
Copy
of
purchase
orders
along
with
satisfactory
performance
certificate/
inspection
certificates
for
the
above
references
shall
be
provided
from
the
clients
•
Self-declaration
from
vendor
that
the
company
is
not
blacklisted
in
any
SAIL
plants or PSUs
ACCEPTANCE CRITERIA
These
equipment/
items
are
for
general
purpose.
Bidder
may
suggest
ad
ditional
makes,
if
any,
during
tendering
st
age
with
credentials
to
fulfil
the
acceptance
criteria
stipulated alongside.
In
case
of
non-availability
of
liste
d
makes
during
implementation,
procedur
e
listed
under category A will apply.
CATEGORY ‘B’ ITE
MS
CATEGORY
‘B’ ITE
MS
Other Items not
listed
Contractor
may
supply
any
other
item
not
mentioned in this list from any m
ake.
•
Self-declaration
from
ven
dor
is
required
that
the
company
is
not
b
lacklisted
in
any
SAIL plants or PSUs
N
ote:
The
above
categorization
has
been
g
iven
for
ease
of
project
management.
H
owever, in exceptional cases, empowered
c
ommittee
of
the
plant
may
approve
a
dditional makes.
CATEGO
RY ‘B’ ITEMS
Section
Area
No
. of
ite
ms
Page Nos.
A
Electrical
5
7
1 - 8
B
Mechanical
7
6
9 - 17
C
Mining & Mineral
Processing Area
1
2
18
D
Process Control &
Automation
7
1
19 - 25
E
Refractory
1
1
26 - 28
F
Utility & Se
rv
ices
1
19
29 - 42
G
Computeriz
ation &
Information
Technology
1
4
43
CONTEN
TS
CATEGORY ‘B’ ITEMS
SECTION-A
ELECTRICAL
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE F
OR ENGINEERING
& TECHNOLOGY
APRIL
202
3
1
S No.
ITEMS
CATEGORY
MAKE
1.
132 kV & ABOVE EQUIPMENT
1.1.
132 kV/ 220 kV Gas
In
sulated Switch
g
ear
A
CG POWER & INDUSTRIAL SOLUTIONS
LTD, GE T&D, HITAC
H
I E
NERGY INDIA
LIMITED, HYOSUNG T
&
D INDIA PRIVATE
LIMITED, SIEMENS
1.2.
132kV/ 220 kV outdoor
Isolator/ Disconnecting
Switch
A
CG POWER & INDUSTRIAL SOLUTIONS
LTD, GR POWER, HITACHI ENERGY INDIA
LIMITED, RAYCHEM, S
IEMENS,
SWITCHGEAR & STRU
CTURALS, ELPRO
1.3.
132kV/ 220 kV o
utdoor
Circuit Breaker
A
BHEL, CG POWER & IN
DUSTRIAL
SOLUTIONS LTD, GE T
&D, HITACHI
ENERGY INDIA LIMITE
D, SIEMENS
1.4.
132kV/ 220 kV o
utdoor CT/
PT/CVT
A
BHEL, CG POWER & IN
DUSTRIAL
SOLUTIONS LTD, GE T&D, HITACHI
ENERGY INDIA LIMITE
D, MEHRU,
SIEMENS, TELK
1.5.
132kV/ 220 kV o
utdoor
Lightning Arrest
or
A
BHEL, CG POWER & IN
DUSTRIAL
SOLUTIONS LTD, ELPR
O, OBLUM,
RAYCHEM
1.6.
132kV/ 220 kV c
able XLPE
A
CCI (Cable
Corporation
of India), KEC,
KEI, UNIVERSAL
1.7.
132kV/ 220 kV o
utdoor
Insulator & Bush
ing
B
ADITYA BIRLA INSULA
TORS, BHEL, CG
POWER & INDUSTRIA
L SOLUTIONS LTD,
CJI,
JAYSHREE INSULA
TORS, MODERN,
OBLUM,
WSI
1.8.
ACSR Conductor for 132kV/
220 kV Transmis
sion Line
B
APAR, CABCON, STERLITE
2.
33k
V EQUIPMENT
2.1.
33 kV Indoor
Sw
itchgear
A
ABB, SCHNEIDER, SIEM
ENS
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE F
OR ENGINEERING
& TECHNOLOGY
APRIL
202
3
2
S No.
ITEMS
CATEGORY
MAKE
2.2.
33 kV Gas Insulated
Switchgear
A
ABB, SCHNEIDER, SIE
MENS,
2.3.
3
3kV outdoor
Is
ol ator/
D
isconnecting
S
w
itch
A
ABB POWER PRODUC
TS
& SYSTEMS
INDIA LIMITED,
CG P
OW
ER &
INDUSTRIAL SOLUTIONS LTD,
GR
POWER, RAYCHEM, SC
HNEIDER,
SIEMENS, SWITCHGEA
R &
STRUCTURALS, ELPRO
2.4.
33kV outdoor Circuit Breaker
A
ABB, BHEL, CG POWER & INDUSTRIAL
SOLUTIONS LTD,
SCH
NEIDER, SIEMENS
2.5.
33kV outdoor C
T/ PT
A
BHEL, CG POWER & IN
DUSTRIAL
SOLUTIONS LTD,
ECS,
MEHRU, TELK
2.6.
33kV outdoor Li
ghtning
Arrestor
A
BHEL, CG POWER & IN
DUSTRIAL
SOLUTIONS LTD,
ELPR
O,
OBLUM,
RAYCHEM
2.7.
33kV outdoor In
sulator &
Bushing
B
ADITYA BIRLA INSULA
TORS, BHEL, CG
POWER & INDUSTRIA
L SOLUTIONS LTD,
CJI,
JAYSHREE INSULA
TORS, MODERN,
OBLUM,
WSI
2.8.
ACSR Conducto
r for 33kV
transmission lin
e
B
APAR, CABCON, STERL
ITE, GUPTA
POWER
3.
ME
DIUM VOLTAGE
–
INDOOR (3.3 kV to 11kV)
3.1.
Switchgear (Circ
uit Breaker
with panels)
A
ABB,
BHEL,
L&T, SCH
NEIDER, SIEMENS
3.2.
Vacuum Contactor
A
ABB, ANDREW YULE,
BHEL, JYOTI,
SCHNEIDER, SIEMENS
,
L&T
3.3.
CT & PT
B
AEL, JYOTI, KALPA, KA
PPA, PRAGATI,
PRAYOG,
ECS, SCHNE
IDER
3.4.
Isolator
B
ABB, A BONDSTRAND
, MEGAWIN,
PANICKKERSWITCHGEAR PVT. LTD,
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE F
OR ENGINEERING
& TECHNOLOGY
APRIL
202
3
3
S No.
ITEMS
CATEGORY
MAKE
3.5.
HT Bus duct
B
BHEL, C&S, ECC, STA
RDRIVE BUSDUCTS
LTD.
4.
PR
O
TECTION & M
ET
ERING
4.1.
Protective Relays
A
ABB, GE T&D,
HITACHI ENERGY INDIA
LIMITED, SIEMENS, SC
HNEIDER
4.2.
SCADA/ SAS Sys
tem
A
ABB, ECIL, ETAP ,GE T
&D, HITACHI
ENERGY INDIA LIMITE
D, HONEYWELL,
SIEMENS
5.
LT
SWITCHGEAR
5.1.
Intelligent motor controller
for IMCC
A
ABB, L&T, ROCKWELL AUTOMATION,
SCHNEIDER, SIEMENS
5.2.
Power Control C
entre (PCC)
B
ABB, BCH, IEE PROJEC
TS, L&T, PCE
PROJECTS PVT. LTD., S
CHNEIDER,
SIEMENS
5.3.
Motor Control C
entre (MCC)
up to 1000 Amp
s and PDB
B
ABB, BCH, C&S, DIVYA
ENGINEERS,
HAVELLS, IEE PROJECT
S , L&T, MARINE
ELECTRICAL, MEDITRO
N, PCE PROJECTS
PVT. LTD, SCHNEIDER
,
SEN & SINGH,
SIEMENS, SWITCHING CIRCUITS
5.4.
Motor Control Centre (MCC)
above 1000 Amps
B
ABB, BCH, C&S, L&T, SCHNEIDER,
SIEMENS
5.5.
Air circuit break
er (ACB)
B
ABB, L&T, SCHNEIDER
, SIEMENS
5.6.
Moulded case c
ircuit breaker
(MCCB)
(with positive is
o
lation)
B
ABB, BCH, C&S, HAVE
LLS, L&T,
SCHNEIDER, SIEMENS
,
EATON, ANDREW
YULE
5.7.
Motor Protectio
n Circuit
Breaker (MPCB)
B
ABB, BCH, C&S, L&T, S
CHNEIDER,
SIEMENS, SPRECHER &
SCHUH,HAVELLS,
EATON, ROCKWELL AU
TOMATION
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE F
OR ENGINEERING & TECHNOLOGY
APRIL 2023
4
S No.
ITEMS
CATEGORY
MAKE
5.8.
Power Contactors, Auxiliary
contactors/ Auxiliary relays
B
ABB, BCH, C&S, L&T,
SCHNEIDER,
SIEMENS , ANDREW
YULE, SPRECHER &
SCHUH, EATON, ROCKWELL
AUTOMATION-ALLE
N
B
RADLEY, OEN
(AUXILIARY/CONTR
OL
R
ELAY ONLY)
5.9.
Control switche
s
B
ABB, BCH, EPCC, GE PO
WER
CONVERSION, KAYCEE
, L&T, SCHNEIDER,
SIEMENS, SALZER
5.10.
Thermal bimeta
llic Overload
relays
B
ABB, ANDREW YULE, B
CH, C&S, L&T,
ROCKWELL AUTOMAT
ION, SCHNEIDER,
SIEMENS
5.11.
Electronic over c
urrent relay/
Electronic moto
r protection
relay (EOCR/ EM
PR)
B
ABB, BCH, C&S, L&T, S
CHNEIDER,
SIEMENS, SPRECHER &
SCHUH,
ROCKWELL, EATON
5.12.
LT bus duct
B
C&S, ECC, LOTUS POW
ER, L&T,
SPEARHEAD, STARDRI
VE BUSDUCTS LTD.
6.
ILL
UMINATION
6.1.
Lighting fixtures
B
BAJAJ, CROMPTON GREAVES,
EVEREADY, FORUS ELE
CTRIC PVT. LTD.,
GE LIGHTING, HAVELL
S, J TRON
ELECTRONICS , ORIEN
T ELECTRIC
LIMITED, PHILIPS, SUR
YA, SYSKA,
TRANSRAIL LIGHTING
LIMITED,
TURNPOINT TECHNOLOGIES PRIVATE
LIMITED, WIPRO
6.2.
High Mast Towe
r
B
BAJAJ,
CROMPTON GR
EAVES
CONSUMER ELECTRICA
LS LIMITED,
PHILIPS,
TRANSRAIL, V
ALMONT,
CONSOUL, BP PROJEC
TS, VENTURA
7.
TR
ANSFORMER
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE F
OR ENGINEERING
& TECHNOLOGY
APRIL
202
3
5
S No.
ITEMS
CATEGORY
MAKE
7.1.
Up to 33 kV (Oil Type)
A
BHARAT BIJLEE, BHE
L, CG POWER &
INDUSTRIAL SOLUTIO
NS LTD, ESENNAR
TRANSFORMER, HITACHI ENERGY INDIA
LIMITED, KIRLOSKAR
EL
ECTRIC
COMPANY, PROLEC G
E,
RAYCHEM-RPG,
SCHNEIDER, SIEMENS, VOLTAMP
TRANSFORMERS LTD,
ANDREW YULE,
TBEA ENERGY (INDIA)
PRIVATE LIMITED,
TRANSFORMER & REC
TIFIER, KOTSONS
(UPTO 630kVA only)
7.2.
Above 33 kV (O
i l Type)
A
BHARAT BIJLEE, BHEL
,
CG POWER &
INDUSTRIAL SOLUTIO
NS LTD, GE T&D,
HITACHI ENERGY IND
I A LIMITED, TELK,
SCHNEIDER, SIEMENS
,
TRANSFORMER &
RECTIFIER, KIRLOSKAR
ELECTRIC
COMPANY
7.3.
Dry type
A
BHEL, CG POWER & IN
DUSTRIAL
SOLUTIONS LTD, ESEN
NAR
TRANSFORMER, HITAC
HI ENERGY INDIA
LIMITED,
KIRLOSKAR E
LECTRIC
COMPANY, RPG-RAYC
HEM, VOLTAMP
TRANSFORMERS LTD,
SUDHIR
8.
MV REACTOR
A
CG POWER & INDUST
RIAL SOLUTIONS
LTD, GE T&D, PS ELECT
RICALS, QUALITY
POWER, SHRIHANS EL
ECTRICALS PVT.
LTD., TRANSFORMER
& RECTIFIER,
SCHNEIDER
9.
DR
IVES
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE F
OR ENGINEERING
& TECHNOLOGY
APRIL
202
3
6
S No.
ITEMS
CATEGORY
MAKE
9.1.
Variable frequency drive
(VFD)<1.1kV
B
ABB, CG POWER & IN
DUSTRIAL
SOLUTIONS LTD. (for
motor upto 30 kW),
CONTROL TECHNIQUES INDIA PRIVATE
LIMITED (for motor
up
t
o 200 kW),
DANFOSS, GE POWER
C
ONVERSION,
HITACHI-
HIREL, ROCKWELL
AUTOMATION, SCHNE
IDER, SIEMENS,
TMEIC, YASKAWA, FUJ
I, DELTA
ELECTRONICS INDIA P
VT LTD (upto
90kW only)
9.2.
Thyristor Conve
rter/
DC DRIVE
B
ABB, GE POWER CONV
ERSION, PARKER,
ROCKWELL AUTOMAT
ION, SIEMENS,
FUJI
9.3.
Soft starter
B
ABB, L&T, PARKER, RO
CKWELL
AUTOMATION, SIEME
NS, SCHNEIDER,
DANFOSS
9.4.
FCMA /series re
actor type
soft starter
B
ABB, INNOVATIVE TEC
HNOMICS,
JAYASHREE, SHRIHAN
S ELECTRICALS
PVT. LTD., ROCKWELL
AUTOMATION,
SCHNEIDER, SIEMENS
,
LECON
ENERGETICS PVT LTD
9.5.
MV Drive
B
ABB, SCHNEIDER, SIEM
ENS
10.
MO
TORS
10.1.
Synchronous M
otor
A
ABB, BHEL, SIEMENS,
GE
10.2.
HT
–
AC
A
ABB, BHEL, CG POWER
& INDUSTRIAL
SOLUTIONS LTD., KIRLOSKAR ELECTRIC
COMPANY, SIEMENS,
WEG, TMEIC,
JEUMONT ELECTRIC IN
DIA PVT LTD
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE F
OR ENGINEERING
& TECHNOLOGY
APRIL
202
3
7
S No.
ITEMS
CATEGORY
MAKE
10.3.
LT
–
AC
B
ABB, BHARAT BIJLEE , CG POWER &
INDUSTRIAL SOLUTIO
NS LTD.,
HINDUSTAN ELECTRIC MOTORS (For up-
to 22 kW), KIRLOSKA
R
E
LECTRIC
COMPANY, LHP, SIEM
EN
S, WEG, NGEF,
BHEL, NORD
10.4.
DC
B
BHEL, IEC, KIRLOSKAR
ELECTRIC
COMPANY, CG POWER
& INDUSTRIAL
SOLUTION
11.
CA
BLES
11.1.
33kV cable XLPE
A
CCI (Cable Corporation
of India),
CRYSTAL, GLOSTER, K
E
C, KEI,
POLYCAB,UNIVERSAL
11.2.
HT (up to 11kV)
cable XLPE
A
CCI,
GEMSCAB INDUS
TRIES
LTD.,GLOSTER, HAVEL
LS, KEC, KEI,
POLYCAB, STERLITE PO
WER ,UNIVERSAL
11.3.
LT power & con
trol cable
B
CCI,
FINOLEX CABLES
,
GEMSCAB
INDUSTRIES LTD.,GLO
STER, HAVELLS,
INSUCON, KEC, KEI, PO
LYCAB,RAVIN,
SPECIAL CABLE PVT. LTD. (for control
cable only),
SUYOG ELECTRICALS
LIMITED, SVARN INFRATEL PVT. LTD. (for
control cable only), THERMO CABLES,
UNIVERSAL, LAPP, NA
NGALWALA
INDUSTRIES (P) LTD
12.
MI
SCELLANEOUS
12.1.
Battery charger
B
AMARA RAJA POWER
SYSTEMS LTD,
APLAB, CHLORIDE (EXIDE), CHABI
ELECTRICALS, LIVELIN
E ELECTRONICS,
NELCO, SABNIFE (HBL
NIFE POWER
SYSTEMS), STANDARD
ACCEPTABLE MAKES LIST
SECTION-A
ELECTRICAL
CENTRE FOR ENGINEERING & TECHNOLOGY
APRIL 2023
8
S No.
ITEMS
CATEGORY
MAKE
12.2.
Battery Bank
B
AMARA RAJA, AMCO
, EXIDE,
FURUKAWA, PANASO
NIC, SABNIFE
(HBLNIFE POWER SYSTEMS), STANDARD
12.3.
M
aster controlle
r
B
EATON, ELECTROMAG
, EPCC, KAYCEE,
L&T, SIEMENS,
KAKKU,
SPHONBUCKART, GES
MANN,
SCHNEIDER
12.4.
Un-interruptible
power
supply (UPS):
B
FUJI ELECTRIC CONSU
L NEOWATT P LTD,
HITACHI-HIREL, LIVE L
INE ELECTRONICS,
NUMERIC,
SCHNEIDER
(APC),
VERTIV
ENERGY PRIVATE LIMI
TED
12.5.
Nitrogen injecti
on fire
protection syste
m
B
CTR, EASUN-
MR TAP C
HANGERS(P) LTD.,
TECTONICUS, VENDER
E
13.
GENERATOR
B
ABB, BHEL, SIEMENS,
TOYO DENKI
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE FOR ENGINEERING & TECHNOLOGY
APRIL
202
3
9
S
No.
ITEMS
CATEGORY
MAKE
1.
GENERAL
1.1.
G
ea
rbox (50 k
W
an
d above)
A
BONFIGL IO
LI , ELECON, SIEMENS
-FLE
N
DE
R, ROSSI,
SUMITOM
O,
HEC, KIRLOSKAR, SHANT
HI
G
ea
rbox (belo
w
50 kW)
B
BONFIGLIO
LI, ELECON, SIEMENS-FLEN
DER, ROSSI,
SUMITOMO, ESSENTIAL POWER TRANSMISSION,
HEC, KIRLOSKAR, NAW, SHANTHI, PREMIUM
TRANSMISSION, SAN ENGG. LOCOMOTIVE
COMPANY LTD., SUMI- CYCLO DRIVE INDIA PVT.
LTD., TRIVE
NI, SCHMIEDE AND MASCHINEN
1.2.
G
eared Motor
(5
k
W and above
)
A
BONFIGLIO
LI, CYCLO TRANSMISSION, ROSSI,
SIEMENS, N
ORD, SEW-EURO DRIVE
G
eared Motor
(b
elow 5 kW)
B
BONFIGLIO
LI, CYCLO TRANSMISSION, ROSSI,
SIEMENS, N
ORD, SEW-EURO DRIVE, ESSENTIAL
POWER TR
ANSMISSION, IC INDIA LTD., POWER
BUILD, SHA
NTHI, SUMI-CYCLO DRIVE INDIA
PVT.LTD.
1.3.
G
eared Coupli
ng
(5
0 kW and
ab
ove)
A
ELECON, FL
EX-TRAN INDUSTRIES, RATHI (LOVEJOY),
SIEMENS-F
LENDER, TIMKEN, FENNER
G
eared Coupli
ng
(b
elow 50 kW)
B
ELECON, FL
EX-TRAN INDUSTRIES, RATHI (LOVEJOY),
SIEMENS-F
LENDER, TIMKEN, ALLIANCE ENGG. CO.,
CONCORD
STEEL WORKS PVT. LTD., ESCO, GBM,
NAW, ROM
A MECHANICAL ENGINEERING CO,
WELLMAN
WACOMA, FENNER, SCHMIEDE AND
MASCHINE
N
1.4.
Pi
n Bush/ Bibb
y
C
oupling (10k
W
an
d above)
A
ELECON, GB
M, RATHI (LOVEJOY)
Pi
n
Bush/ Bibb
y
C
oupling (belo
w
10
kW)
B
ELECON, GB
M, RATHI (LOVEJOY), NAW, ROMA
MECHANIC
AL ENGINEERING CO, FENNER
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
10
S
No.
ITEMS
CATEGORY
MAKE
1.5.
Barrel Coupling
A
JAURE, MALMEDIE, RINGFEDER
POWER
TRANSMISSION
1.6.
Fl
uid Coupling
A
ELECON, FL
U
IDOMAT, GHATGE-PATI L
IN
DUSTRIES,
PREMIUM
TRANSMISSION, VOITH
1.7.
Resilient Coupling
A
ELECON, FENNER, RATHI (LOVEJOY), NAW, TIMKEN,
WELLMAN
WACOMA
1.8.
Tr
ansmission
C
hain & Sproc
ket
B
DIAMOND,
REYNOLD, ROLKOBO, ROLCON, ROLON,
GOLDEN EN
GG & ENTERPRISE
1.9.
D
CEM Shoe Br
ake
A
BCH ELECT
RIC LTD, ELEKTROMAG, KAKKU, KATEEL,
SIBRE, SPEE
D-O-CONTROL, EMCO PRECIMA
ENGINEERI
NG PVT LTD.( BUBENZER BREMSEN)
1.10.
DCEM Disc Brake
A
BCH ELECTRIC LTD, ELEKTROMAG, KAKKU, KATEEL,
PETHE, SIB
RE, SPEED-O-CONTROL, EMCO PRECIMA
ENGINEERI
NG PVT LTD.( BUBENZER BREMSEN)
1.11.
H
ydraulic thru
ster
brake
A
EMCO PREC
IMA ENGINEERING PVT LTD.( BUBENZER
BREMSEN), KATEEL, SIBRE
1.12.
N
on-metallic
Li
ner
B
KAVERI, TE
GA, THEJO
1.13.
W
earing Plate
s
(M
etallic)
B
NLMK INDI
A, QUARD, HARDOX
1.14.
La
the & Shape
r
B
BATLIBOI,
GUJARAT LATHE MANUFACTURING
COMPANY
PVT. LTD., HEC, HMT
1.15.
W
elding Recti
f ier/
transformer
B
ADVANI, A
DOR, ESAB, MOGORA COSMIC, MEMCO
1.16.
Be
aring
A
FAG, NTN,
SKF, TIMKEN, KOYO, SCHAEFFLER
1.17.
Sl
ew Bearing
A
ROTHE ERD
E, SKF, LIEBHERR
1.18.
Sp
lit Bearing
A
COOPER, T
I MKEN, SKF
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
11
S
No.
ITEMS
CATEGORY
MAKE
1.19.
Passenger cum
Goods Elevator
(5
4
4 kg
and
ab
o
ve)
A
MITSUBISHI, OTIS, THYSSENKR
UPP, SCHINDLER
Pa
s
senger c
um
Goods Elevator
(b
elow 544 kg
)
B
MITSUBISH
I, OTIS, THYSSENKRUPP, SC
HINDLER, ECE,
KONE ELEVATOR, OMEGA
1.20.
H
ook (up to 1
0
t)
B
FREE TRAD
ING CORPORATION, HERMAN MOHTA,
SMRITI FOR
GING & ENGG, MACHINE TOOLS, ESKAY
MACHINER
Y, STEEL FORGINGS & ENGINEERING
1.21.
H
ook (above 1
0t)
A
FREE TRAD
ING CORPORATION, HERMAN MOHTA,
SMRITI FOR
GING & ENGG, STEEL FORGINGS &
ENGINEERI
NG
1.22.
W
ire Rope
B
BHARAT W
IRE ROPES, FORT WILLIAM, BOMBAY
WIRE ROPE
, ORION ROPES, USHA MARTIN
1.23.
Ex
pansion Join
t
fo
r Hot Blast
sy
stem (metal
l ic)
A
FLEXATHER
M, FLEXICAN, LONE STAR, MB METALLIC
BELLOWS
1.24.
St
ove Valves (
t wo
le
ver/ three le
v
er/
d
ouble eccent
ric
b
utterfly valve
)
A
FOURESS, J
OSHI & JAMPALA, L&T
1.25.
H
ot Blast Valv
e
A
FOURESS, J
OSHI & JAMPALA
1.26.
C
oil Strapping
M
/c
B
KOHAN KO
GYO CO., SIGNODE, SUND BRISTA, TITAN
2.
MA
TERIAL HAN
DLING EQUIPMENT
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
12
S
No.
ITEMS
CATEGORY
MAKE
2.1.
Conveyor Belt
B
CENTURY INDUSTRIAL PRODU
CTS,FORECH INDIA
LTD, FENNER-DUNLOP, HINDUSTAN RUBBER,
JONSON R
UB
BER INDUSTRIES LTD.,
N
OR
TH LAND
RUBBER, O
RI ENTAL RUBBER, PHOEN
IX
C
ONVEYOR
BELT (INDI
A) PVT. LTD, SEMPERTRANS
NIRLON
2.2.
Idler
B
AMPS ENGG. & EQUIPT. PVT. LTD., BENGAL TOOLS,
BEVCON, E
LECON, GOLDEN ENGG & ENTREPRISE,
GOLDEN EN
GINEERING INDUSTRIES, HITECH
EQUIPMEN
TS PVT. LTD., INDIANA CONVEYORS, L &
T, MACMET
, MCNALLY SAYAJI ENGINEERING
LIMITED, N
EWALL INDUSTRIES, SANRAJ PROJECTS
PVT. LTD.,
SANDVIK ASIA, SOLCON, TECHNO IMPEX,
VINAR SYS
TEMS, VN INDUSTRIES
2.3.
Pu
lley
B
AMPS ENG
G. & EQUIPT. PVT. LTD., BENGAL TOOLS,
BEVCON, ELECON, GOLDEN ENGG & ENTREPRISE,
GOLDEN EN
GINEERING INDUSTRIES, HITECH
EQUIPMEN
TS PVT. LTD., INDIANA CONVEYORS, L &
T, MACMET
, MCNALLY SAYAJI ENGINEERING
LIMITED, N
EWALL INDUSTRIES, SANRAJ PROJECTS
PVT. LTD.,
SANDVIK ASIA, SOLCON, TECHNO IMPEX,
VINAR SYS
TEMS, VN INDUSTRIES
2.4.
Be
lt Weigher /
W
eigh
fe
eder System
A
ACME, FLS
MIDH, PFISTER, PRECIA MOLEN, SCHENCK,
SIEMENS (M
ILTRONICS)
2.5.
Pl
ummer Block
(1
00mm shaft
dia
at
bearing and
above)
A
FAG, MAST
A, SKF, TIMKEN
Pl
ummer Block
(b
elow 100mm
sh
aft dia at
b
e
aring)
B
FAG, MAST
A, NANDY ENGINEERING CONCERN, SKF,
TIMKEN
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
13
S
No.
ITEMS
CATEGORY
MAKE
2.6.
Belt Scraper (belt
width 1000mm
an
d
above)
B
HOSCH, KAVERI, THEJO
Be
lt
Scraper (b
elt
w
id
th below
1000mm)
B
HOSCH, KA
VERI, INDIANA CONVEYOR
S, THEJO
2.7.
V
i brating Scre
en
(1
00tph and
ab
ove)
A
METSO, SC
HENK PROCESS, SANDVIK, FLSMIDTH
V
i brating Scre
en
(below 100tph)
B
ELECTRO Z
AVOD, ELEKTROMAG-JOEST VIBRATION
PVT. LTD., IC INDIA LTD., McNALLY SAYAJI
ENGINEERI
NG LIMITED, METSO, SCHENK PROCESS,
SANDVIK, F
LSMIDTH,
2.8.
V
i
brating Feed
er
A
ELECTRO Z
AVOD, ELEKTROMAG-JOEST VIBRATION
PVT. LTD, I
C INDIA LTD., McNALLY SAYAJI
ENGINEERING LIMITED, METSO, SCHENK PROCESS,
SANDVIK, F
LSMIDTH,
2.9.
A
pron Feeder
(5
00tph and
ab
ove)
A
L & T, THYS
SEN KRUPP, SANDVIK, METSO
Apron Feeder
(b
elow 500tph
)
B
ELECON, HAZEMAG, L & T, McNALLY SAYAJI
ENGINEERI
NG LIMITED, TENGL, THYSSEN KRUPP,
SANDVIK,
METSO
2.10.
Sc
rew Convey
or
B
GMV ENGG
, MASYC, VINAR SYSTEMS
2.11.
El
ectro
m
echanical
A
ctuator
B
AUMA, LIM
ITORQUE, PREPEC, ROTORK
2.12.
EO
T Crane (all
ca
pacities)
A
ANUPAM I
NDUSTRIES, HEC, JINDAL STEEL & POWER,
MUKAND,
TATA GROWTH SHOP, UNIQUE
INDUSTRIA
L HANDLERS
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
14
S
No.
ITEMS
CATEGORY
MAKE
EOT Crane
(maximum 50 t)
A
CENTURY CRANE, ELECTROMEC
H, MELTECH CRANES
PVT. LTD., FAFECO, SMACO, ALPHA
EO
T Crane
(m
a
ximum 10
t)
B
EDDY CR
A
NE
, SHIVPRA, TUOBRO FU
RG
U
SON,
ELECTRO T
HERAPY, REVA INDUSTRIES
2.13.
Electric Hoist
B
BRADY & MORRIS, CENTURY CRANE, EDDY CRANE,
ELECTROTH
ERAPY, GRIP ENGRS., HERCULES HOIST
LTD. (INDE
F) , HI-TECH INDUSTRIES, MELTEC, REVA
ENGG, SHIV
PRA
2.14.
Electric Winch
B
EDDY CRANE, ELECTROMECH MHS PVT. LTD. ENGG,
ELECTROTH
ERAPY, HMTC ENGG. CO., PULLMAN
2.15.
Ji
b Crane
A
BRADY & M
ORRIS, CENTURY CRANES, GRIP ENGG,
MELTEC, ED
DY CRANE
2.16.
C
hain Pulley B
lock
&
Hand Opera
ted
Tr
avelling Cran
e
B
BRADY& M
ORRIS, CENTURY CRANES, HERCULES
HOIST LTD
.
(INDEF), HI-TECH.,
LIGHT LIFT IND.,
REVA ENGG
,TRACTEL TRIFOR
2.17.
U
nderslung
C
r
anes
B
EDDY CRAN
E , CENTURY CRANES, FAFECO, MUKAND,
KONE CRAN
ES & DEMAG, REVA ENGG, ALPHA,
BRADY & M
ORRIS,
SHIVPRA, TUOBRO FURGUSON
2.18.
Shock Absorbers
/H
ydraulic Buf
fer
A
ENIDINE, OLEO, ACE CONTROLS
2.19.
El
ectro Magne
t
A
EAST COAS
T ENTERPRISERS, ELEKTROMAG, SGM,
SUPERLIFT
2.20.
To
ngs
B
BUCK, HEP
PENSTALL, SOMERS, YELLOW STONE
INDIA
2.21.
St
acker or
Reclaimer
A
ELECON, FL
SMIDTH, HEC, L & T, McNALLY SAYAJI
ENGINEERING LIMITED, METSO, SANDVIK ASIA,
TENOVA TA
KRAF, THYSSENKRUPP
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL 2023
15
S
No.
ITEMS
CATEGORY
MAKE
2.22.
Stacker-cum-
Reclaimer
A
FLSMIDTH, HEC, L & T, McNAL
LY SAYAJI
ENGINEERING LIMITED, METSO, SANDVIK ASIA,
TENOVA T
AK
RAF, THYSSENKRUPP
2.23.
Bu
c
ket-Whe
el
R
ec
laimer
A
FLSMIDTH
, HEC, L & T, McNALLY SAYA
JI
ENGINEERI
NG LIMITED, METSO, TENO
VA TAKRAF,
THYSSENKRUPP, SANDVIK ASIA
2.24.
W
agon Tipple
r
A
ELECON, FL
SMIDTH, HEC, L & T, McNALLY SAYAJI
ENGINEERI
NG LIMITED, METSO, THYSSENKRUPP
2.25.
H
anging Magn
et/
C
r
oss belt/ Inli
ne
Magnetic
Se
parator
A
ELECTRO Z
AVOD, ELEKTROMAG, HUMBOLDT
WEDAG, M
AGNET INDUSTRIES (CAL) PVT. LTD.,
McNALLY SAYAJI ENGINEERING LIMITED, METSO
2.26.
Fo
rk Lift
B
GODREJ, TI
L, VOLTAS
2.27.
C
r
usher (Cone
/
G
yratory / Jaw
)
A
FLSMIDTH,
HEC, L&T, McNALLY SAYAJI
ENGINEERI
NG LIMITED, METSO, SANDVIK,
THYSSENKRUPP, URALMASH
2.28.
Im
pact / Ham
mer
C
r
usher
A
HEC, L&T,
McNALLY SAYAJIENGINEERING LIMITED,
METSO, SA
NDVIK, TERRASOURCE, THYSSENKRUPP
2.29.
Roll Crusher
A
ELECON, FLSMIDTH, HEC, L&T, McNALLY SAYAJI
ENGINEERI
NG LIMITED, SANDVIK, THYSSENKRUPP,
URALMASH
2.30.
R
otary Breake
r
A
L&T, McNA
LLY SAYAJI ENGINEERING LIMITED,
TERRASOU
RCE, THYSSENKRUPP
2.31.
In
dustrial/ Cab
in/
C
r
ane e-room
AC
A
FRIGORTEC
, KABU, LINTERN
3.
HY
DRAULICS S
YSTEM
3.1.
H
ydraulic Cylin
der
A
CANARA H
YDRAULICS, DANVER, EATON, HYDRO
PNEUMATI
C CONTROLS, OSCAR, PARKER, REXROTH,
VEKTRA EN
GG., VELJAN, WIPRO, YUKEN
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
16
S
No.
ITEMS
CATEGORY
MAKE
3.2.
Hydraulic System
with Accessories
A
EATON, HYDAC, PARKER, REXR
OTH, YUKEN
3.3.
H
ydraulic Valv
es
A
CANARA H
Y
DRAULICS, EATON, HYDAC
,
MOOG,
PARKER, R
EXROTH, YUKEN
3.4.
Accumulator
A
BOSCH, EATON, EPE, HYDAC, PARKER, REXROTH,
YUKEN
3.5.
H
ydraulic Fittin
g
&
Clamp
B
EPE, FLUID
CONTROL HYDROCRIMP, HYDAC,
HYDAIR, H
YDROMATIK, HYTECH, PTS, STAUFF
3.6.
H
ydraulic Filte
r
B
HYDAC, IN
TERNORMEN, PARKER
3.7.
H
ydraulic Mot
or
A
EATON, MA
HA HYDRAULICS, PARKER, REXROTH,
SAUER DAN
FOSS, YUKEN
3.8.
H
ydraulic Pum
p
A
SAUER DAN
FOSS, EATON, MAHA HYDRAULICS,
PARKER, RE
XROTH,
YUKEN
3.9.
H
ose
B
AEROFLEX,
EATON, HYDROKRIMP, HYDROLINE,
INDIA FLEX
INDUSTRIES, INDO INDUSTRIAL
SERVICES, P
ARKER, PSI HYDRAULICS, SONI RUBBER
PRODUCTS
LTD., SUPERSEAL
4.
PN
EUMATIC SY
STEM
4.1.
Pneumatic
C
ylinder
B
CANARA HYDRAULICS, EL
-O-MATIC (INDIA) PVT.
LTD., GABR
IEL PNEUMATICS, HYDAIR, HYDRO
PNEUMATI
C CONTROLS, I.L. PALAKKAD, NUCON,
ROTEX, SH
RADER, SMC, VELJAN, WIPRO
5.
LU
BRICATION
SYSTEM
5.1.
O
il
Lubrication
System for Rolling
M
ills, Sinter Pl
ant,
Bl
ast Furnace,
Bu
lk material
equip
A
HYDAC, SK
F LINCOLN, LUBRICATION SYSTEM LTD.,
BIJUR DELIMON, REBS LUBRICATION
ACCEPTABLE MAKES LIST
SECTION-B
M
ECHANICAL
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
17
S
No.
ITEMS
CATEGORY
MAKE
5.2.
Oil Lubrication
System other
th
a
n above (C
l.
5.
1)
B
HYDAC, SKF LINCOLN, LUBRICA
TION SYSTEM LTD.,
PRAKASH LUBRIQUIPMENT, SHAAN LUBE, BIJUR
DELIMON
,
RE
BS LUBRICATION
5.3.
Sc
re
w Pump
B
ROTO, TUS
HACO, UT PUMPS & SYSTEM
5.4.
G
ear Pump
B
ALFA, PARK
ER, REXROTH, ROTO, ROTODEL,
TUSHACO
5.5.
Fi
lter Strainer
B
MULTITEX
FILTRATION, OTOKLIN, SPAN ASSOCIATES
PUNE, SUP
ERFLOW FILTERS
5.6.
O
il Mist / Oil-A
ir
Lu
brication
System
A
BIJUR DELI
MON, SKF LINCOLN, REBS LUBRICATION
5.7.
G
rease
Lubrication
Sy
stem for Ro
l ling
M
ills, Sinter Pl
ant,
Bl
ast Furnace,
Bu
lk material
H
andling Euip
A
BIJUR DELI
MON, SKF LINCOLN,
REBS LUBRICATION
5.8.
G
rease
Lu
brication
Sy
stem other
th
an above
(C
l 5.7)
B
AFMC, BIJU
R DELIMON, CENLUB SYSTEMS, SKF
LINCOLN, P
RAKASH LUBRIQUIPMENT, REBS
LUBRICATI
ON
5.9.
H
ose
B
AEROFLEX,
HYDROKRIMP, HYDROLINE, INDO
INDUSTRIA
L SERVICES, PSI HYDRAULICS, SONI
RUBBER PR
ODUCTS LTD., SUPERSEAL
SECTION-C
MINING & MINERAL
PROCESSING AREA
ACCEPTABLE MAKES LIST
SECTION-C
MINING & MINERAL
PRO
CESSING AREA
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
18
S
No.
ITEMS
CATEGORY
MAKE
1.
Sizer
A
FLSMIDTH, MMD, SANDVIK, T
HYSSENKRUPP
2.
Ba
ll
/ Rod /
Ag
M
ill
A
CEMTEC, CHA
N
D
ERPUR WORKS PVT. L
TD
.,
FLSMIDTH, HEC
,
L&T, McNALLY SAYAJ
I
ENGINEERING
LIMITED, METSO, OUTO
TEC,
SANDVIK , THY
SSENKRUPP, URALMASH
3.
C
l assifier
A
DORR OLIVER,
DURGA METALS, EIMCO-KCP,
FLSMIDTH,MET
SO, MBE-CMT
4.
Thickener
A
EIMCO-
KCP, FLSMIDTH,
McNALLY SAYAJI
ENGINEERING L
IMITED, METSO, OUTOTEC,
TENOVA-DELKO
R, WESTECH
5.
Ji
g
A
ALLMINERAL,
MBE-CMT, TENOVA-DELKOR
6.
Fi
lter(Vacuum
/P
ressure)
A
ANDRITZ, EIMC
O-KCP, FLSMIDTH, METSO,
OUTOTEC, TEN
OVA-DELKOR, TH COMPANY,
WESTECH
7.
W
et High Inte
nsity
M
agnetic Sepa
rator
/
High Gradien
t
Magnetic Separator
A
ALLMINERAL, E
RIEZ, MBE-CMT, METSO, LONGI
MAGNET, MINE
RAL TECHNOLOGIES, OUTOTEC
8.
Lo
w Intensity
M
agnetic Sepa
rator
A
ERIEZ, LONGI M
AGNET, MBE-CMT, METSO,
MINERAL TECH
NOLOGIES, MULTOTEC
9.
D
ewatering Sc
reen
A
DERRICK, FLSM
IDTH
–
LUDOWICI, IC , METSO,
McNALLY SAYA
JI ENGINEERING LIMITED,
SCHENCK PROCESS, WEIR MINERALS
10.
Sp
iral
–
Gravit
y
Concentrator
A
AKW A+V GMB
H, FLSMIDTH, MINERAL
TECHNOLOGIES, MULTOTEC, OUTOTEC
11.
H
ydrocyclones
A
CDE, FLSMIDTH
KERBS, McNALLY SAYAJI
ENGINEERING L
IMITED, METSO, MOZLEY,
MULTOTEC, WE
IR MINERALS
12.
M
etal Detecto
r
A
ELECTRO ZAVO
D,ELEKTROMAG, ERIEZ, MBE-CMT,
METSO
SECTION-D
PROCESS CONTROL &
AUTOMATION
ACCEPTABLE MAKES LIST
SECTION-D
PROCESS CONTROL
& AUTOMATION
CENTRE F
OR ENGINEERIN
G & TECHNOLOGY
APRIL
202
3
19
S No.
ITEMS
CATEGORY
MAKE
1.
FIELD INSTRUMENTATION
1.1.
Pressure/differential
pr
essure/Leve
l/
Fl
ow Transmitter
A
ABB, EMERSON, E&H, FUJI,
HONEYWELL, YOKOGAW
A
, SIEMENS
1.2.
Temperature Transmitter
A
ABB, E&H, EMERSON, HONEYWELL,
SIEMENS, YOKOGAWA
1.3.
Pressure / DP switch
A
ASHCROFT, BAUMER, DANFOSS,
INDFOS, WIKA, SWITZER
,
1.4.
Tuning Fork/ Ro
d type Level
Switch
A
ABB, E&H, EMERSON, N
IVO
CONTROL, SAPCON, SIE
MENS, VEGA
1.5.
Conductivity/RF/Capacitance
type Level Switc
h
A
E&H, NIVO CONTROL, P&F, SAPCON,
VEGA,
1.6.
Float type Leve
l
Switch
A
BAUMER, EMERSON, EN
DRESS &
HOUSER, KROHNE MAR
S
HALL,
LEVCON, NIVO CONTROL, SAPCON,
TRAC
1.7.
Ultrasonic Leve
l Sensor
A
E&H, EMERSON, KROHN
E
MARSHALL, P&F, SIEME
NS, SICK,
VEGA
1.8.
Radar Type Lev
el Sensor
A
E&H, EMERSON, KROHN
E,
MARSHALL, SIEMENS, V
EGA
1.9.
Electro Magnetic Flow Meter
A
E&H, EMERSON, KROHNE
MARSHALL, YOKOGAWA
, SIEMENS
1.10.
Flow Elements (
Orifice / Venturi
/ Flow nozzle /
Pitot tube /
Annubar)
A
ENGG SPECIALTIES, EME
RSON,
MECHANICAL ENGINEER
S, UNI
CONTROL, WIKA
1.11.
Radiation Pyrom
eter
(online/portabl
e)
A
CHINO,
EUROTHERM, LA
ND,
WILLIAMSON CORPORA
TION, FLUKE
ACCEPTABLE MAKES LIST
SECTION-D
PROCESS CONTROL
& AUTOMATION
CENTRE F
OR ENGINEERIN
G & TECHNOLOGY
APRIL
202
3
20
S No.
ITEMS
CATEGORY
MAKE
1.12.
Level SW/ Transmitter
(Nucleonic type)
B
BERTHOLD, E&H, T
HERMOFISHER
1.13.
Te
mperature Sw
i tch
B
E&H, IFM, HYDAC, WI
KA
1.14.
Flow Switch
B
EMERSON, IFM, KROHN
E MARSHAL,
KOBOLD
1.15.
Vortex Flow Me
ter
A
E&H, EMERSON, KROHN
E MARSHAL,
SIEMENS, YOKOGAWA
1.16.
Mass (Coriolis) Flow
A
ABB, E&H, EMERSON, KROHNE
MARSHAL, SIEMENS, YO
KOGAWA,
1.17.
Level Switch/Tr
ansmitter
(Displacer Type
)
B
CHEMTROL, DK INSTRU
MENTS,
EMERSON, LEVCON
2.
CO
NTROL VALVE
S
2.1.
Globe Valve
A
FISHER, FORBES MARSH
ALL, IL
PALAKKAD, KOSO, SAMSON,
SEVERN, UNIFLOW CON
TROLS
2.2.
Butterfly Valve
A
AIRA, DEL VAL, FISHER,
FOURESS, IL
PALAKKAD, KOSO, SEVE
RN
2.3.
Pneumatic Actu
ator
A
DEL VAL, FORBES MARS
HALL, IL
PALAKKAD, KOSO, OM C
ONTROL,
ROTEX, SAMSON, UNIFL
OW
CONTROLS
2.4.
Electrical Motor
Actuator
A
AUMA, BERNARD, LIMIT
ORQUE,
ROTORK,
2.5.
Electro Pneuma
tic Positioner
A
ABB, EMERSON, FORBES
MARSHALL,
SIEMENS
3.
CO
NTROL SYSTEM EQUIPMENT
ACCEPTABLE MAKES LIST
SECTION-D
PROCESS CONTROL
& AUTOMATION
CENTRE F
OR ENGINEERIN
G & TECHNOLOGY
APRIL
202
3
21
S No.
ITEMS
CATEGORY
MAKE
3.1.
Signal Isolator
A
MASIBUS, MICROS
YSTEMS &
CONTROLS, MTL, P
&F, PHOENIX,
STAHL, YOKOGAWA
3.2.
Di
stributed C
on
tr ol System
A
ABB, EMERSON, HONEY
WELL,
TOSHIBA, YOKOGAWA,
3.3.
PLC System
A
ABB, ECIL, HITACHI, HO
NEYWELL,
EMERSON AUTOMATION
(FORMERLY “GE INTELLI
GENT”),
ROCKWELL, SCHNEIDER
,
SIEMENS
3.4.
Technological Control System/
Multi Tasking C
ontrol System/
Embedded Con
trol System
A
ABB, DANIELI, EMERSON
AUTOMATION (FORMER
LY “GE
INTELLIGENT”), SIEMEN
S, SMS,
TMEIC
3.5.
PDA
A
DANIELI, IBA, LMS, MICA, SOMAT
3.6.
Panel / Enclosu
re / Rack
B
APW PRESIDENT, HOFFM
ANN,
PYROTECH, RITTAL, VAL
RACK
3.7.
Surge Protectio
n
A
DEHN, MTL, P&F, PHOEN
IX
CONTACT, OBO BETTER
MANN
4.
PA
NEL BASED IN
STRUMENTATION
4.1.
Single Loop Sta
nd Alone
Controller
A
ABB, FUJI, HONEYWELL,
SIEMENS,
TOSHIBA, YOKOGAWA
4.2.
Paperless Reco
r
der
A
CHINO, EUROTHERM, FU
JI,
HONEYWELL, LAXONS, Y
OKOGAWA,
4.3.
Alarm Annuncia
tor
B
IIC, IL, MINILEC, PROCON
, SEMUDA
4.4.
Regulated DC Power Supply Unit
/ SMPS
A
APLAB, COSSEL, PHOENIX CONTACT,
SIEMENS, WAGO
5.
ANALYSERS
ACCEPTABLE MAKES LIST
SECTION-D
PROCESS CONTROL
& AUTOMATION
CENTRE F
OR ENGINEERIN
G & TECHNOLOGY
APRIL
202
3
22
S No.
ITEMS
CATEGORY
MAKE
5.1.
Gas Analyser
A
ABB CHEMTROL (A
METEK),
EMERSON, FUJI, FO
RBES MARSHALL,
HONEYWELL, PANAMETRICS, SICK,
SIEMENS, YOKOGAWA
5.2.
Gas Detector
A
BEILER & LANG, DETRONICS,
DRAGGER, INDUSTRIAL
SC. CORPN
MSA, TELEDYNE
5.3.
Flame Detector
A
DURAG, ENDEE, HONEY
WELL, SICK,
YAMATAKE
5.4.
Moisture Analy
zer (Nucleonic)
A
CHINO, BERTHOLD, EME
RSON,
THERMO FISHER
5.5.
Moisture Analy
zer
(Microwave/ Ca
pacitance Type)
A
ABB, CHEMTROL, MOIST
ECH, NDC,
SIEMENS
5.6.
Opacity Analyse
r
A
DURAG, FORBES MARSH
ALL,
MAIHEK, SICK,
5.7.
Calorific Value
Analyser
A
CHEMTROL(AMS), REINE
KE, UNION
CALORIMETER, YOKOGA
WA, IGCA
5.8.
pH / Conductiv
ity / ORP
Analyser
A
ABB, E&H, EMERSON, FO
RBES
MARSHAL, HONEYWELL,
YOKOGAWA,
5.9.
SOX / NOX/ CO
Analyser
A
ABB, AIC (FUJI), EMERSO
N, FUJI,
FORBES MARSHAL, HON
EYWELL,
SICK, SIEMENS, YOKOGAWA
5.10.
Elemental Analy
ser
A
JICO, MAYA, PANALYTIC
AL, REAL
TIME, SCANTECH, THER
MO
SCIENTIFIC
6.
WE
IGHING
ACCEPTABLE MAKES LIST
SECTION-D
PROCESS CONTROL
& AUTOMATION
CENTRE F
OR ENGINEERIN
G & TECHNOLOGY
APRIL 2023
23
S No.
ITEMS
CATEGORY
MAKE
6.1.
Electronic Weighing System
(Hopper Weighing / Platform /
Sc
ales / In-m
ot
io
n W.B.)
A
ABB, ACME, AVERY
KELK, BEST,
MINEBEA INTEC (F
ORMERLY
SARTORIOUS), PRECIA MOLEN, RICE
LAKE, SCHENK, TRANSW
E
IGH
6.2.
Load Cells & Accessories
A
ABB, FLINTEK, HBM, MINEBEA INTEC
(FORMERLY SARTORIOU
S), PRECIA
MOLEN, PRECISION, RIC
ELAKE,
SCHENCK, SIEMENS, KEL
K
7.
SPE
CIAL INSTRUM
ENTS
7.1.
Thickness Gaug
e
A
IMS, IRM, MESACON, TO
SHIBA,
THERMO SCIENTIFIC,
7.2.
Hot Metal Dete
ctor
A
AMERICAN SENSORS, D
ANIELI,
DELTA, SICK,TOSHIBA, H
OKUYO
AUTOMATIC CO. LTD.
7.3.
Width Gauge
A
ABB, DELTA, DANIELI, IM
S,
PSYSTEME, THERMO SCI
ENTIFIC,
TOSHIBA
7.4.
Vibration Monitoring System
B
GE OIL & GAS, IRD MECHANALYSIS,
SHINKAWA
7.5.
Portable Vibration Monitor
with analysis so
ftware
B
BENTLEY NEVADA, FORBES
MARSHAL, IRO
7.6.
Test & Measuri
ng Equipment
B
APLAB, FLUKE, KANE, SC
IENTIFIC,
TECHNOFIX,
7.7.
Laboratory Equ
ipment
B
BEAMEX, FLUKE, SCAND
URA,WIKA
7.8.
Digital Multi-Fu
nction Meter
B
ACORD, CONSERVE, L&T
, RISHAV,
SECURE
7.9.
Strip Profile Ga
uge
A
IMS, MESACON, NDC (IR
M),
THERMO SCIENTIFIC, TO
SHIBA,
ACCEPTABLE MAKES LIST
SECTION-D
PROCESS CONTROL
& AUTOMATION
CENTRE F
OR ENGINEERIN
G & TECHNOLOGY
APRIL
202
3
24
S No.
ITEMS
CATEGORY
MAKE
7.10.
Flatness/ Shape Gauge
A
ABB, DELTA, IMS, P
-SYSTEME,
SIEMENS, THERMO
SCIENTIFIC,
7.11.
La
ser Doppler V
e
locity Meter
A
ACCUSPEED, AMERICAN
S
ENSORS,
DELTA, KELK, LASER SPE
ED
,
7.12.
Optical Barrier
A
ABB, AMERICAN SENSO
RS, DELTA,
PAULI, SICK,
7.13.
Position Transd
ucer
A
LEONARD BAUR, NSD, S
ONY
MAGNESCALE, TEMPOSONIC, DELTA
7.14.
Optical Encode
r
A
HUBNER, LINE & LINDEY
,
STEGMANN
7.15.
Surface Inspect
ion System
A
ABB,COGNEX, PARSYTEC
, SIEMENS,
SURCON
8.
CO
MMUNICATIO
N EQUIPMENT
8.1.
Wireless Comm
unication
Equipment
A
CISCO, EXTREME, GE, JU
NIPER,
LOTUS WIRELESS, MOTOROLA,
MOXA, RADIUS, SATELLI
NE, SHEETAL
WIRELESS, STAHL, PHOE
NIX
CONTACT
8.2.
EPABX
A
ALCATEL, AVAYA, ERICS
ON, ITI,
SIEMENS
8.3.
PA System/ Con
ferencing
system
B
AHUJA, BOSCH, HONEY
WELL, PHI
AUDIO COM
9.
DIS
PLAY & FDA S
YSTEM
9.1.
Alpha Numeric
Display/ Jumbo
Display
B
AGLA, BLE BELL, GE, LEC
TROTEK,
MICROTECH, VINAY
9.2.
Large Screen Display
B
HITACHI, LG, PANASONIC,
SAMSUNG, SONY
ACCEPTABLE MAKES LIST
SECTION-D
PROCESS CONTROL
& AUTOMATION
CENTRE F
OR ENGINEERIN
G & TECHNOLOGY
APRIL
202
3
25
S No.
ITEMS
CATEGORY
MAKE
9.3.
Video Walls (LED)
B
DELTA, HITACHI, L
G, PANASONIC,
SAMSUNG, SONY
9.4.
Fir
e Detection
a
n
d Alarm (FDA)
Sy
stem
A
BOSCH, HONEYWELL (ES
S
ER),
HONEYWELL (NOTIFIE
R)
,
SECURITON, SIEMENS, TYCO
10.
INS
TRUMENTATI
ON CABLES
10.1.
I nstrumentation
/ Screened/ Co-
axial/ Special Cables
A
CCI, CORDS, DELTON, FI
NOLEX,
LAPP, MEM, NICCO,
THERMOCABLES, TOSHN
IWAL,
UNIVERSAL, SUN
10.2.
Telephone Cab
l e
B
BELDON, DELTON, FINO
LEX, NICCO,
TELE LINK, UNIVERSAL,
10.3.
Load Cell Cable
A
FLINTEC, HBM, PRECIA MOLEN,
RICELAKE, SARTORIOUS, SCHENK,
SIEMENS
10.4.
T/C Extension c
able,
Compensating
cable, PTFE cable
A
BELDEN, LAPP, MEM, TE
MCON,
TEMPSENS, THERMOCA
BLE,
TOSHNIWAL CABLES
ACCEPTABLE MAKES LIST
SECTION-E
R
EFRACTORY
CENTRE F
OR ENGINEER
I NG & TECHNOLOGY
APRIL
202
3
26
S No.
ITEMS
CATEGORY
MAKE
1.
Fireclay Refractories
(Alumina Up to 44 %)
B
ARUN REFRACTORIES, ARV
IND INDUSTRIES,
ASSOCIATED CERAMICS LT
D., BRAHMA
REFRACTORIES PVT. LTD., BURNPUR CERAMICS,
BURNPUR INDUSTRIES
,
C
HAMPION CERAMICS
PVT. LTD., DALMIA C
EM
E
NT (BHARAT) LTD.,
INDUSTRIAL ASSOCIATES, MAHAKOSHAL
REFRACTORIES PVT. LTD
., MAITHAN CERAMIC
LTD., MANISHRI REFRA
CTORIES & CERAMICS
PVT. LTD., PREMIER RE
F
RACTORIES PVT. LTD.,
RAJHANS REFRACTORIE
S PVT. LTD., SAIL
REFRACTORY UNIT, SHR
EEKANT INDUSTRIES,
TRL KROSAKI REFRACTO
RIES LTD., VALLEY
REFRACTORIES PVT. LTD
.
2.
H
igh Alumina R
e
fractories
(A
lumina Above
44 %)
B
ASSOCIATED CERAMICS
LTD., BRAHMA
REFRACTORIES PVT. LTD
., CHAMPION CERAMICS
PVT. LTD.,
DALMIA CEM
ENT (BHARAT) LTD.,
INDUSTRIAL ASSOCIATE
S, MAHAKOSHAL
REFRACTORIES PVT. LTD
., MAITHAN CERAMIC
LTD., MANISHRI REFRA
CTORIES & CERAMICS
PVT. LTD., PREMIER RE
F
RACTORIES PVT. LTD.,
RAJHANS REFRACTORIE
S PVT. LTD., RANCHI
REFRACTORIES (INDIA)
PVT. LTD., SAIL
REFRACTORY UNIT, SAI
NT-GOBAIN
PERFORMANCE CERAM
ICS & REFRACTORIES,
TRL KROSAKI REFRACTO
RIES LTD.
3.
S
i lica Refractori
es
B
DALMIA CEMENT (BHA
RAT) LTD., TRL KROSAKI
REFRACTORIES LTD., SA
IL REFRACTORY UNIT
4.
In
sulation Refra
ctories
B
ACHINT CHEMICALS, AS
SOCIATED CERAMICS
LTD.,
CALDERYS INDIA R
EFRACTORIES LTD.,
CARBORUNDUM UNIVE
RSAL LTD., MAITHAN
CERAMICS LTD., MURU
GAPPA MORGAN
THERMAL CERAMICS LT
D., NAVRANG
REFRACTORIES PVT. LTD
., NEWKEM PRODUCTS
CORPOPRATION, NUTE
CH REFRACTORIES PVT.
LTD., PREMIER REFRAC
TORIES PVT. LTD.,
RAJASTHAN CERAMICS
INDUSTRIES, RELIABLE
REFRACTORIES PVT. LTD
., VALLEY REFRACTORIES
PVT. LTD., SHREE CERA
MICS FIBERS PVT. LTD.
ACCEPTABLE MAKES LIST
SECTION-E
R
EFRACTORY
CENTRE F
OR ENGINEER
I NG & TECHNOLOGY
APRIL
202
3
27
S No.
ITEMS
CATEGORY
MAKE
5.
Basic Refractories (Magnesite/
Mag Chrome/ Chrome Mag/
Magnesia-Carbon/ Alumina
M
a
gnesia Carbo
n)
B
CHAMPION CERAMICS PVT
. LTD., DALMIA
CEMENT (BHARAT) LTD., M
AITHAN CERAMIC
LTD., MANISHRI REFRACTORIES & CERAMICS
PVT. LTD.,
RANCHI REF
RA
CTORIES (INDIA) PVT.
LTD.,
RHI MAGNESITA
I
N
DIA LTD., SAIL
REFRACTORY COMPANY LTD., SAIL REFRACTORY
UNIT,
SARVESH REFRAC
TORIES PVT. LTD., TRL
KROSAKI REFRACTORIE
S LTD., VESUVIUS INDIA
LTD.
6.
P
urging Refract
ories (Porous
P
l ug/ Purging Pl
ug)
B
DALMIA CEMENT (BHA
RAT) LTD., HI-TECH
CHEMICALS (P) LTD, IFG
L REFRACTORIES LTD.,
MANISHRI REFRACTOR
I ES & CERAMICS PVT.
LTD., RHI MAGNESITA I
NDIA LTD., SARVESH
REFRACTORIES PVT. LTD
., TRL KROSAKI
REFRACTORIES LTD., VE
SUVIUS INDIA LTD.
7.
P
ouring Refract
ories (Well
b
l ock/ Inner No
zzle/ Outer
N
ozzle/ Slide ga
te)
B
DALMIA CEMENT (BHA
RAT) LTD., HI-TECH
CHEMICALS (P) LTD, IFG
L REFRACTORIES LTD.,
MANISHRI REFRACTOR
I ES & CERAMICS PVT.
LTD., RANCHI REFRACT
ORIES (INDIA) PVT. LTD.,
RHI MAGNESITA INDIA
LTD., SARVESH
REFRACTORIES PVT. LTD., TRL KROSAKI
REFRACTORIES LTD., VE
SUVIUS INDIA LTD.
8.
B
lack Refractori
es (Shroud/
M
ono block Sto
pper/ Tundish
N
ozzle/ SEN/ Sin
gle Taphole
S
l eeve)
B
DALMIA CEMENT (BHA
RAT) LTD., HI-TECH
CHEMICALS (P) LTD, IFG
L REFRACTORIES LTD.,
RHI MAGNESITA INDIA
LTD., SARVESH
REFRACTORIES PVT. LTD
., TRL KROSAKI
REFRACTORIES LTD., VE
SUVIUS INDIA LTD.
9.
S
i licon Carbide R
efractories
B
CARBORUNDUM UNIVE
RSAL LTD., SAINT-
GOBAIN PERFORMANC
E CERAMICS &
REFRACTORIES
10.
Alumina-Silicon Carbide-
C
arbon (ASC) Re
fractories
B
CHAMPION CERAMICS PVT. LTD., DALMIA
CEMENT (BHARAT) LTD
., MANISHRI
REFRACTORIES & CERA
MICS PVT. LTD., RAASI
REFRACTORIES LTD., RH
I MAGNESITA INDIA
LTD.,
TRL KROSAKI REFR
ACTORIES LTD.
ACCEPTABLE MAKES LIST
SECTION-E
R
EFRACTORY
CENTRE FOR ENGINEERING & TECHNOLOGY
APRIL 2023
28
S No.
ITEMS
CATEGORY
MAKE
11.
Acid Resistant Refractories
B
CHAMPION CERAMICS PVT
. LTD., MAHAKOSHAL
REFRACTORIES PVT. LTD., MANISHRI
REFRACTORIES & CERAMICS PVT. LTD., RAJHANS
REFRACTORIES PVT. LT
D.,
BURNPUR
CERAMICS
,
SB
STEEL, ORIENT
REF
R
A
CTORIES, JARIDIH
CHEMICALS
&
INDUSTRIES
SECTION-F
UTILITIES & SERVICES
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
29
S
No.
ITEMS
CATEGORY
MAKE
1.
PUMPS
1.1.
C
en
trifugal Pu
mps (Horizontal
Sp
lit Casing /
Ho
rizontal Back
Pu
ll
out / Verti
cal axial, Volute
&
M
ixed flo
w
Types
–
All
ranges)
A
BHEL, FLOWMORE, F
LO
W SERVE,
KIRLOSKAR (KBL), KS
B,
SAM, SULZER,
WILO-MATHER & PL
ATT, WPIL, JYOTI
PUMPS
1.2.
C
entrifugal Pumps (Horizontal
Split Casing / Horizontal Back
Pu
llout / Verti
c
al axial, Volute
&
Mixed flow
Types
–
Less
th
an 100 m3/h
)
A
BEST & CROMPTON, CALAMA, CHEMFLO,
CRI, SAM, SJ INDUSTRIES, SPX FLOW
(JOHNSON)
1.3.
Bo
iler Feed Pu
mps /
C
ondensate Ex
traction Pump
A
BHEL, KIRLOSKAR EB
ARA PUMPS LIMITED
(For boiler capacity u
pto 50 tph), KSB,
SULZER
1.4.
Su
bmersible p
ump
B
CALAMA, CRI, DARLI
NG, FLOWMORE,
KISHOR PUMPS, KSB, LUBI, SAM, SU
MOTORS, SULZER, VA
RAT, WPIL, XYLEM,
KBL, WILO-MATHER
& PLATT
1.5.
H
orizontal Cen
trifugal Pumps
Fo
r Slurry Han
dling
A
BEST & CROMPTON,
CRI, FL SMIDTH
(DORR OLIVER), FLOW
MORE, FLOW
SERVE, METSO, SAM,
WEIR MINERALS
1.6.
R
eciprocating
Slurry Pump
A
FL SMIDTH (DORR OL
IVER), ROTO, WEIR
MINERALS
1.7.
V
ertical Centri
fugal Pumps for
Sl
urry Handlin
g
A
METSO, SAM, WEIR M
INERALS
1.8.
R
eciprocating
Pumps
A
ACME, AIRAUTO, CHE
MTROL ENGG.,
FLOW SERVE, SWELO
RE
2.
VA
LVES & GAT
ES
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
30
S
No.
ITEMS
CATEGORY
MAKE
2.1.
FLUIDS (EXCEPT STEAM & OXYGEN) SERVICE
General Services
-
Make
-
up water system, Cleaning & Washing, Service air system,
Purging
system
2.1.1.
G
at
e and Gl
ob
e
(Cast Steel)
G
eneral Services
B
BHEL, FLUIDTECH EQ
UPT., FOURESS, GM
ENGG., INTERVALVE, IVC, JOSHI JAMPALA,
KIRLOSKAR, KSB, L&T, MASCOT,
OSWAL INDUSTRIES, STEELSTRONG, TYCO
VALVES, UNIVERSAL ENGG. CONCERN,
VALVE TECH IND., LEADER, SWIMS (BDK)
2.1.2.
G
ate and Globe
(C
ast Steel)
A
LL Process
A
BHEL, FLUIDTECH EQUPT., FOURESS, KSB,
L&T, TYCO VALVES, SWIMS
(BDK)
2.1.3.
N
on-
return Va
lves (Cast Steel)
G
eneral Servi
ces
B
ADVANCE, BHEL, DEZ
URIK, FLUIDTECH
EQUPT., FOURESS, GM
ENGG.,
INTERVALVE, KIRLOS
KAR, KSB, L&T,
OSWAL INDUSTRIES,
STEELSTRONG,
UNIVERSAL ENGG. CO
NCERN, UNIVERSAL
ENGG., VALVE TECH I
ND, LEADER
SWIMS
(BDK)
2.1.4.
N
on-
return Va
lves (Cast Steel)
A
ll Process
A
BHEL, FLUIDTECH EQ
UPT., FOURESS, KSB,
L&T,
SWIMS (BDK)
2.1.5.
G
ate, Globe an
d Non-return
V
alves
(F
orged Steel)
G
eneral Servi
ces
B
BHEL, FOURESS, HYD
RO TECH ENGG.,
INTERVALVE, JOSHI J
AMPALA, KIRLOSKAR
(KBL), KSB, L&T, OSW
AL INDUSTRIES,
VALVE TECH IND.,SW
IMS (BDK)
2.1.6.
Gate, Globe and Non-return
V
alves (Forged
Steel)
A
ll Process
A
BHEL, FOURESS, KSB, L&T, SWIMS (BDK)
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL 2023
31
S
No.
ITEMS
CATEGORY
MAKE
2.1.7.
Gate and Globe Valves (SS &
Alloy Steel)
A
BHEL, FOURESS, INT
ERVALVE, KSB, L&T,
OSWAL INDUSTRIES, SWIMS (BDK)
2.1.8.
G
at
e, Globe,
N
on
-Return
V
alv
es
(C
ast Iron, & S
G Iron)
G
eneral Servi
ces
B
BANKIM, CALSEN, C
H
E
MTECH, DURGA
VALVES, FLUIDTECH
EQUPT., GM DALUI,
IVC, JOSHI JAMPALA, KIRLOSKAR,
LEADER, SHIVA DURG
A, SIGMA FLOW,
UNIVERSAL ENGG. CO
NCERN, UNIVERSAL
ENGG., UPADHYAY, V
ALVE TECH IND
2.1.9.
G
ate, Globe, N
on-Return
Valves
(C
ast Iron, & S
G Iron)
A
ll Process
A
FLUIDTECH EQUPT., I
VC, JOSHI JAMPALA,
KIRLOSKAR, SHIVA DURGA, UPADHYAY
2.1.10.
D
ouble Eccent
ric Butterfly
V
alves
A
DELVAL FLOW CONTR
OLS, FOURESS,
INTERVALVE, JOSHI J
AMPALA, L&T,
STAFFORD (VIRGO), V
ALVE TECH IND.,
SWIMS (BDK), KSB, K
IRLOSKAR, IL
2.1.11.
Tr
iple Eccentri
c Butterfly Valves
A
DELVAL FLOW CONTR
OLS, EMERSON
(VIRGO), FOURESS, IN
TERVALVE,
JOSHI
JAMPALA, L&T, PENTAIR (TYCO),
SWIMS (BDK)
2.1.12.
Bu
tterfly Valve
G
eneral Servi
ces
B
BRAY CONTROLS, DE
LVAL FLOW
CONTROLS, DEMBLA
,
DEZURIK, DURGA
VALVES, CHEMTECH,
FLOW SERVE,
FOURESS, INTERVALV
E, JOSHI JAMPALA.,
KIRLOSKAR, KSB, L&T
, MASCOT, METSO,
ROTEX, SIGMA FLOW
, STAFFORD
CONTROLS, TYCO VA
LVES, UNIVERSAL
ENGG. CONCERN, UNIVERSAL ENGG.,
VALVE TECH IND.,AV
CON, SWIMS (BDK) ,
LEADER
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
32
S
No.
ITEMS
CATEGORY
MAKE
2.1.13.
Butterfly Valve
A
ll
Process
A
BRAY
CONTROLS, D
ELVAL FLOW
CONTROLS, FLOW SERVE , FOURESS,
INTERVALVE, KSB, L&
T
, METSO,
TYCO
VALVES, SWIM
S
(BDK)
2.1.14.
Fa
b
ricated Val
ves (Gate Valves)
A
FLUIDTECH EQUPT., F
OURESS, JOSHI
JAMPALA, L&T, CHEM
TECH
2.1.15.
Fa
bricated Val
ves (Butterfly
V
alves)
A
FLUIDTECH EQUPT., F
OURESS, IL,
INTERVALVE, JOSHI J
AMPALA, L&T
2.1.16.
G
oggle Valves
A
FOURESS, JOSHI JAM
PALA, Zimmerman &
Jhonson-India, CHEM
TECH
2.1.17.
3
or 4 Way Co
ck/Plug valve (CI
/
CS/ FS)
B
FLOWSERVE, UNIVER
SAL ENGG.
CONCERN, L&T
2.1.18.
Ba
ll Valve (SS/
CS / FS / CI)
G
eneral Servi
ces
B
AQUA VALVES, DELVA
L FLOW CONTROLS,
EMERSON (VIRGO), IN
TERVALVE, KSB,
L&T, MASCOT, OSWA
L INDUSTRIES,
MICROFINISH, NSSL,
PENTAIR (TYCO),
ROTEX, VALVE TECH I
ND., SWIMS (BDK)
2.1.19.
Ba
ll Valve (SS/
CS / FS / CI)
All Process
A
DELVAL FLOW CONTR
OLS, EMERSON
(VIRGO), INTERVALVE
, KSB, L&T,
MICROFINISH, PENTA
IR (TYCO), ROTEX,
SWIMS (BDK)
2.1.20.
Fl
oat Valve
B
CALSEN, IVC, LEADER
, LEVCON, SHIVA
DURGA, UPADHAYA,
2.1.21.
Fo
ot Valve
B
CALSEN, DEZURIK, IV
C, KIRLOSKAR (KBL),
LEADER, LEVCON, SH
IVA DURGA,
UPADHAYA,
SWIMS
(BDK)
2.1.22.
D
iaphragm Va
lve
A
CRANE PROCESS, FLU
ID SYSTEM,
MASCOT,
SWIMS (BD
K)
2.1.23.
A
i r Release Va
lve
B
BANKIM, CALSEN, IV
C, LEADER, LEVCON,
SHIVA DURGA, SIGM
A FLOW, UPADHYAY
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
33
S
No.
ITEMS
CATEGORY
MAKE
2.1.24.
Safety Valve
A
BHEL, IL, FORBES M
ARSHALL,
MEKASTAR,
PENTAIR (TYCO),
SWIMS (BDK)
2.1.25.
N
eedle Valve
A
AIR CHEM, DUNCU
N,
S
CHRODER, SEIMAG,
VALVE TECH IND
2.1.26.
Knife-edge Gate Valve
A
DEZURIK, FLOWLINK SYSTEMS, HABONIM
VASS, JASH, JOSHI JA
MPALA, METSO,
ORBINOX, PENTAIR (
TYCO), VALVE TECH
IND, WEIR-MINERALS
, BRAY CONTROLS
2.1.27.
Pressure Reducing Valve
A
CRESCENT, FLOWTEK, FORBES MARSHALL,
IL, MEKASTER
2.1.28.
Sl
uice Gate
B
IM ENGG, INTERVALV
E, JASH, LEVCON
2.1.29.
Non-Ferrous Valves (General
Pu
rpose)
B
AKSONS, ASCO, BOMBAY METAL,
CRESCENT, FLUIDLIN
E, GM DALUI,
LEADER, SANT VALVE
S, VALVE TECH IND
2.1.30.
D
ampers
–
(Ai
r and Gas
se
rvices)
B
DTL, FOURESS, INTER
VALVE, JOSHI
JAMPALA, STAFFORD
2.2.
STEA
M SERVICE
2.2.1.
Gate and Globe
(C
ast Steel & F
orged Steel)
A
BHEL, FOURESS, HOPKINSONS-WEIR,
HYDRO TECH ENGG.,
INTERVALVE, KSB, L
& T, OSWAL INDUSTR
IES, PRUSS(HS),
SWIMS (BDK)
2.2.2.
Non-return Valves (Cast Steel
&
Forged Stee
l)
A
BHEL, DEZURIK, FOURESS, INTERVALVE,
KSB, L&T , SWIMS (B
DK)
2.2.3.
Gate, Globe & Non-return
V
alves
(S
S & Alloy Ste
el)
A
BHEL, FOURESS, HOPKINSONS-WEIR, KSB,
L & T, OSWAL INDUS
TRIES
2.2.4.
Ba
ll valves (Ca
st Carbon Steel
an
d alloy Stee
l)
A
BHEL, KSB, L & T, OS
WAL INDUSTRIES,
THERMAX
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE FOR ENGINEERING & TECHNOLOGY
APRIL
202
3
34
S
No.
ITEMS
CATEGORY
MAKE
3.
HEAT EXCHANGERS
3.1.
H
ea
t Exchange
r (Plate Type)
A
ALFA LAVAL, APV,
HR
S
, IDMC, SWEP,
TRANTER, KELVION
I
N
DIA
3.2.
H
ea
t Exchange
r (Shell & Tube
Ty
pes)
B
AIR CARE EQUIPMEN
TS, ALFA LAVAL, APV,
BHEL, EASTERN EQUIP ENG (EEE), EUREKA
ENGG., GODREJ, ING-TECH ENGG. CO.,
L&T, PRECISION COOLING, REILIENCE,
RELIANCE, TEMA INDIA, TEXMACO,
THERMAL SYSTEMS,
THERMAX
4.
C
OOLING TO
WERS
A
GAMMON, GEA COOL
ING TOWERS,
PAHARPUR, PALTECH
, SHRIRAM TOWER,
WET BULB
5.
FIL
TERS / STRA
INERS
5.1.
Fi
lters /Straine
rs
A
AMIAD, FILTRATION
ENGINEERS,
OTOKLIN, SUPERFLO,
SUREFLO
PUROLATOR, HYDAC
FILTERS
5.2.
Pr
essure Filter
s
A
DOSHI ION-
VEOLIA, D
RIPLEX, ING- TECH
ENGG. CO., EFFWA, E
UREKA ENGG. RESIN
INDIA, FILTERATION
ENGINEERS, ION
EXCHANGE, McLANA
HAN, OTOKLIN,
PENTAIR WATER, THERMAX, VA TECH,
VOLTAS
5.3.
A
ctivated Carb
on Filter
A
ARUDRA, ION EXCHA
NGE, OTOKLIN,
PENTAIR WATER, RES
IN INDIA, SUREFLO,
THERMAX, VASMYL,
VOLTAS
5.4.
Iron Removal Filter
A
ION EXCHANGE, SPARKLE, THERMAX,
VOLTAS, ZEOLITE INDIA (P) LTD
5.5.
Y-Strainer
B
CADILLAC, DRAYTON-GREAVES,
FILTERATION ENGINE
ERS, FORBES
MARSHALL, OTOKLIN
, SUPERFLO,
UNIKLINGER
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
35
S
No.
ITEMS
CATEGORY
MAKE
5.6.
Cyclone Separator
B
Filtration Engineers
India Pvt. Ltd., LAKOS,
SUPERFLO, TIMEX (AMIAD)
6.
EXP
ANSION JO
I
NTS/COMPENSATORS (Utility & Services)
6.1.
Ex
p
ansion Join
ts /
Compensators
(M
etallic)
A
ATHULYA, DWREN, F
LEXICAN,
FLEXITHERM, LONE STAR, BD ENGINEERS,
METALLIC BELLOWS,
PRECISION ENGINEER
S, SUR INDUSTRIES
6.2.
Ex
pansion
Joints/Compensators
(R
ubber)
B
CORI ENGG., DWREN
,
GBM , KELD
ELLENTOFT INDIA, PRECISION ENGRS.,
STANDARD PRECISION BELLOWS, SUR
INDUSTRIES
7.
C
ENTRIFUGA
L GAS
B
OOSTER
(B
F/CO/BOF/
MIXED FUEL
G
AS)
A
AEROTO BOLDROCCH
I, ANDREW YULE,
BHEL, HOWDEN, TLT
8.
IN
SULATION
MATERIAL
AND WORK
B
BAKELITE HYLAM, FIN
LAY INSULATIONS,
LLYOD INSULATION,
RAYCHEM, UP
TWIGA
9.
P
RESSURE VE
SSELS / BUFFER
V
ESSELS
A
BHEL, L&T, NTPC-ALS
TOM, PRESSURE
VESSEL INDIA (P) LTD
., TEXMACO,
TITAN ENGINEERING
10.
G
AS HOLDER
(D
RY SEAL TY
PE)
A
MB Engg (CLAYTON
WALKER GROUP-UK),
LAZARUS & ASSOCIA
TES
G
AS HOLDER
(W
ET SEAL TY
PE)
A
MB Engg (CLAYTON
WALKER GROUP-UK),
LAZARUS & ASSOCIA
TES
11.
PIP
ES
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
36
S
No.
ITEMS
CATEGORY
MAKE
11.1.
Steel Pipes
B
INDIAN SEAMLESS,
JSW, KHANDELWAL,
MAHARASHTRA SEAMLESS, SAIL, SURYA
TUBES, TATA TUBES
,
U
TKARSH,
RATNADEEP METAL
&
TUBES LTD.
11.2.
St
ai
nless Steel
Pipes
B
CHOKSY, DIVINE TUB
ES, JINDAL SAW,
MAHARASHTRA SEA
MLESS, MEC TUBES,
SURAJ LTD., QUALITY
STAINLESS,
STANDARD (INDIA),
STERLING, ZENITH,
RATNADEEP METAL &
TUBES LTD
11.3.
C
ast Iron Pipe
s
& Specials
B
KALINGA IRON WOR
KS, KESORAM INDIA
LTD.
11.4.
DI Pipes
B
ELECTRO STEEL CASTINGS., JINDAL SAW,
TATA METALIKS DI P
I PE LTD.
12.
WA
TER TREAT
MENT AND DM WATER PLANT
12.1.
D
M , Soft Wat
er Plant, RO
PL
ANT
A
VEOLIA, DRIPLEX, EFF
WA, EUREKA
FORBES, GE
POWER &
WATER, GEA
ENERGY SYSTEMS, IO
N EXCHANGE, ISGEC
(Except RO Plant), PE
NTAIR WATER, RESIN
INDIA, SPARKLE, THE
RMAX, TRIVENI
ENGG., VOLTAS
12.2.
C
l arifier
B
EIMCO-KCP, EUREKA
FORBES, JORD
ENGINEERS, McNALL
Y SAYAJI,
TRIVENI ENGG. Wate
r Systems India Pvt.
Ltd.
12.3.
Th
ickener
-
As per makes of Thick
ener mentioned in
MINING & MINERAL
PROCESSING AREA
12.4.
C
hemical Dosi
ng
B
CHEMBOND, GE POW
ER & WATER,
NALCO, SJ INDUSTRIES, TELLABS
CHEMICALS, TRIVENI ENGG
12.5.
Filter Press
A
ANDRITZ, DINSHAW, FILTER MACHINE, FL
SMITH, PANAMA, SU
REFLO
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE FOR ENGINEERING & TECHNOLOGY
APRIL
202
3
37
S
No.
ITEMS
CATEGORY
MAKE
13.
EQUIPMENT & SYSTEM FOR AIR AND GAS
13.1.
Tu
r
bo Blowe
r
A
BHEL (For Centrifuga
l ),
Howden CKD
Compressors (For Cen
tr
ifugal), KAWASAKI,
Mitsui E&S Machiner
y
Co., MAN Energy
Solutions, SIEMENS
13.2.
C
ompressor (Centrifugal)
A
ATLAS COPCO, FS-ELLIOTT, INGERSOLL
RAND, KAZANCOMPRESSORMASH,
KIRLOSKAR, KOBELCO, SIEMENS
13.3.
C
ompressors (
Screw)
A
ATLAS COPCO, ELGI, I
NGERSOLL RAND,
KAEZER, KIRLOSKAR
PNEUMATIC
13.4.
C
ompressors (
Reciprocating)
A
BURCKHARDT COMP
RESSION, ELGI,
INGERSOL RAND, KIR
LOSKAR PNEUMATIC
13.5.
Po
rtable Air Co
mpressors
B
ATLAS COPCO, ELGI,
HOLMAN CLIMAX,
INGERSOLL RAND, KIRLOSKAR
13.6.
C
entrifugal B
lowers & Fans
–
For all applications except fuel gas
C
apacity < 80,
000 m3/h
A
AEROTO BOLDROCCH
I, ANDREW YULE,
BATLIBOI, BHEL, C.DO
CTOR, HOWDEN,
MAXFLOW, REITZ, TL
T ENGG.
C
apacity > 80,
000 m3/h
A
AEROTO BOLDROCCH
I, ANDREW YULE,
BHEL,
HOWDEN, MAX
FLOW, TLT ENGG
13.7.
A
i r Drier
B
ATLAS COPCO, DELAI
R, EXAL, INGERSOL
RAND, ROOS TEMPKOOL, SANPAR,
TRIDENT
13.8.
A
i r Trap
B
DRAYTON GREAVES,
FORBES MARSHAL,
UNI KLINGER
13.9.
M
oisture Sepa
rator
B
DRYTECH ENGINEERS
, FESTO CONTROL,
HYDAIR, NUCON, RO
SS, SCHRADER, SMC,
THERMAX, UNIKLING
ER, VELJAN
14.
POWER PLANT EQUIPMENT
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
38
S
No.
ITEMS
CATEGORY
MAKE
14.1.
Boilers (Stoker, Pulverised,
AFBC, CFBC)
A
BHEL, GE, ISGEC, TH
ERMAX,
THYSENKRUPP
G
as Fired Boile
r
A
BHEL, GE, ISGEC, THE
R
MAX
W
a
ste HeatBo
ilers
A
BHEL, ISGEC, THERM
AL SYSTEM (lessthan
50 tph capacity), THERMAX
14.2.
St
eam Turbine
s (For turbo-
b
l ower)
A
BHEL, MAN Energy So
lutions, SIEMENS
14.3.
Steam Turbines (For power
g
e
neration)
A
BHEL, MAN Energy Solutions, SIEMENS,
SKODA, TRIVENI TUR
BINE
14.4.
Auxiliary Steam Turbines
(R
ange less th
an 1000 kW)
A
KEPL, FORBES, TRIVENI TURBINE
14.5.
G
as Turbines
A
ALFA LAVAL, ALSTOM
, BHEL, GE,
MITSUBISHI, SIEMEN
S
14.6.
To
p Pressure r
ecovery Turbine
A
KAWASAKI, Mitsui E&
S Machinery Co.,
MAN Energy Solution
s
14.7.
C
ondenser (W
ater)
A
ALSTHOM, BHEL, GE
GODAVARI, MAZDA,
SIEMENS, UNIVERSAL HEAT EXCHANGER
14.8.
D
e-aerator
A
BHEL, ION EXCHANG
E, ISGEC, THERMAX
14.9.
PR
DU
A
BHEL, CHEMTROL, FO
RBES MARSHAL,
THERMAX, KOSO FLUID CONTROL,
EMERSON PROCESS M
ANAGEMENT
14.10.
H
P / LP Dosing
A
ASIA LMI,
ENPRO, M
ETA CHEM, VK
PUMPS
14.11.
Soot Blowers
A
BERGMAN, BHEL, SISTON
14.12.
H
P Heater & L
P Heater
A
BHEL, ISGEC, SIEMEN
S, THERMAX
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
39
S
No.
ITEMS
CATEGORY
MAKE
14.13.
Steam Traps
B
DRAYTON, FORBES
MARSHALL, GREAVES,
THERMAX, UNIKLINGER, ESCO, UNISON
VALVES, PENANT E
N
GG
, ECON STEEL
15.
PO
LL
UTION
CO
NTROL EQUIPMENT
15.1.
ESP
------
C
apacity < 5,0
0,000 m3/h
A
ANDREW YULE, BATL
IBOI
ENVIRONMENTAL EN
GG, BHEL, ELEX, FL
SMIDTH, GEA PROCE
SSING, HARMONY
ENVIRONMENTAL SY
STEMS (HES), K. C
COTTRELL INDIA, RIE
CO INDUSTRIES, SOIL
& ENVIRO INDUSTRIES, THERMAX INDIA
C
apacity > 5,00,000 m3/h
A
BHEL, ELEX, FL SMIDTH, GEA PROCESSING,
K. C COTTRELL INDIA, THERMAX
15.2.
B
AG FILTERS
------
C
apacity < 2,5
0,000 m3/h
A
ANDREW YULE, APC S
YSTEMS, BATLIBOI
ENVIRONMENTAL EN
GG., BEVCON
WAYORS, CK AIRTECH
, CLAIR ENGINEERS,
F. HARLEY, GLOBAL E
NVIRO SYSTEM,
RIECO INDUSTRIES, S
OIL & ENVIRO
INDUSTRIES, THERMA
X
C
apacity > 2,5
0,000 m3/h
A
ANDREW YULE, BATL
IBOI
ENVIRONMENTAL EN
GG., BOLDROCCHI,
RIECO INDUSTRIES, T
HERMAX
15.3.
DUST SUPPRESSION
SY
STEM
B
CHEMTROL SAMIL, DUST SOLUTION
SYSTEM, F. HARLEY, K
AVERI
ULTRAPOLYMERS, SP
RAYING SYSTEMS,
TPS INFRASTRUCTUR
E
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
40
S
No.
ITEMS
CATEGORY
MAKE
15.4.
CYCLONES AND MULTI
CYCLONES
B
AEROTO BOLDROCC
HI, AIR TECHNICO,
ANDREW YULE, BATLIBOI
ENVIRONMENTAL EN
G
INEERING, F.
HARLEY, RAJDEEP EN
G
G, RIECO
INDUSTRIES, THERM
AX
16.
AIR
CONDITIO
NING, REFRIGERATION & VENTILATION
16.1.
W
indow/Towe
r/Split AC/
D
uctable Split
AC
B
BLUE STAR, CARRIER
,
DAIKIN, FEDDERS
LLYOD, HITACHI, MIT
SUBISHI, SAMSUNG,
VOLTAS, ZAMIL
16.2.
Pa
ckaged Chil
l ers
A
BLUE STAR, CARRIER
,
DAIKIN, DUNHUM
BUSH HITACHI, TRAN
E, VOLTAS, YORK
16.3.
Pa
ckage AC
B
ACCEL, BLUE STAR, D
AIKIN, VOLTAS
16.4.
Pr
ecision Air Conditioning
A
CLIMAVENETA, EMERSON, STULLZ-CHSPL
(INDIA)
16.5.
C
ooling Tower
(ACVS)
B
ADVANCE COOLING T
OWERS, ARMEC,
DBR, FRICK INDIA, GA
MMON INDIA,
HIMGIRI, MIHIR ENG
I NEERS, PAHARPUR,
SOUTHERN COOLING
TOWERS,VOLTAS,
WET BULB
16.6.
Air Handling Unit
B
DAIKIN, EDGETECH, ETA, ROOTS
COOLING, VOLTAS, Z
AMIL, ZECO AIRCON
16.7.
Tu
be Axial Fan
B
ABLE AIR-O TECH, AE
ROVENT, ANDREW
YULE, CARYAIRE, DUS
TVEN, EFE,
FLOWLINK, HUMIDIN, KHAITAN, KRUGER,
MAXFLOW, MESINA,
SH ENGG.,
TUBOFLOW
16.8.
Panel Filter For Air
B
ABB, ACCO, BHARAT, C.DOCTOR,
CADILLAC, EFE, FLOW
LINK, FMI, GEC,
PUROLATOR, WFI
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE F
OR ENGINEER
ING & TECHNOLOGY
APRIL
202
3
41
S
No.
ITEMS
CATEGORY
MAKE
16.9.
Air Washer
B
AIRLINK, EFE , HUM IDIN, MARCO,
MESINA, ROOTS COOLING , SYMPHONY
16.10.
Pr
opeller Fan
B
ABB, ACCO, AEROVEN
T
, DUVENT,
INDVENT FANS, MES
I NA, SH ENGG.,
TUBOFLOW, VENTUR
A
16.11.
R
oof Extractor
s
B
AIRLINK, ALMONARD
, ANDREW YULE, C.
DOCTOR, CARYAIRE,
EFE, FLOWLINK,
HUMIDIN, KRUGER, V
ENTURA
16.12.
Vapor Absorption Machine
A
BLUE STAR, CARRIER, KIRLOSKAR,
THERMAX, VOLTAS
17.
OX
YGEN & CRY
OGENIC SERVICE
17.1.
C
r
yogenic Pum
p
A
CRYOPUMP, CRYOST
AR, ICL
17.2.
Oxygen Filter / Y-Strainer
A
BEE, BLUESTAR, CARBERN, CLASSIC,
Filteration Engineers
India Pvt. Ltd.,
NOVINTEC, ORSEAL,
SHIPHAM, VEE
17.3.
N
on Ferrous C
ontrol Valves
A
BLACKHALL, FISHER,
LEEDS, METSO,
SAMSON, SEVERN GL
OCON
17.4.
N
on Ferrous S
elf-regulating
V
alves
A
BALEY BRIKETT, BRO
ADY, FISHER,
SAMSON, SEVERN GL
OCON, TYCO
17.5.
N
on Ferrous V
alves (Gate,
Globe, Ball) - < DN50
B
CRESCENT, FLUIDLIN
E, LEADER,
MICROFINISH
17.6.
N
on Ferrous Valves (Gate,
Globe, Ball)
- > DN50
A
BESTOBELL, BROOKSBANK, FISHER,
HEROSE, LEEDS, MACK, METSO, SAMSON,
SEVERN GLOCON, SH
IPHAM
17.7.
Sa
fety Relief V
alve
A
ARCA, BAILEY BRIKET
T,
BROADY,CROSSBY, DARLING MUESEO,
FARRIS, IL, JN MARSH
ALL, KEYSTONE,
KUNKLE, SEBIM, SEM
PELL, TYCO
ACCEPTABLE MAKES LIST
SECTION-F
UTIL
ITY & SERVICES
CENTRE FOR
ENGINEERING & TECHNOLOGY
APRIL
202
3
42
S
No.
ITEMS
CATEGORY
MAKE
17.8.
Vaporizers
A
CRYOQUIP, ICL, INO
X, IWI CRYOGENICS,
SHELL & TUBE
18.
FIR
E FIGHTING
E
QUIPMENT
18.1.
Po
r
table Fire
E
xtinguishers
B
DEFLAME, FIRE SHIEL
D, FIREX, GUNNEBO,
INTIME FIRE, KANADIA FYR FYTER,
MINIMAX, NITIN, SA
F
EX, SUPREMEX,
ZENITH
18.2.
Fi
re hydrant
B
ASCO, GUNNEBO, MI
NIMAX, NEWAGE,
NITIN,STEELCO, ZENITH
19.
R
EHEATING FURNACE
(P
usher/Rota
ry)
A
ANDRITZ, ENCON, FIVESTEIN,
HYPERTHERM, TECHNOTHERM, TENOVA,
WESMAN
20.
MI
SCELLANEO
US ITEMS
20.1.
Su
rge Tanks
B
ANUP ENGG., PERFEC
T ENGG., SAKTHI
HITECH, ZENITH EREC
TORS
20.2.
O
il Skimmer
B
HI-TECH ENGRS, JVM
ENG., POTENTIAL
ENGG, PREMIER OIL SKIMMER
20.3.
Tr
aveling Wate
r Screen
B
MACMET, MAHINDR
A ASTECH, McGALE,
OTOKLIN, SWAMINA
INT., TRIVENI
20.4.
Electrical Heat Tracer
B
NICROPAD, RAYCHEM, THERMON,
THERMOPAD
SECTION-G
COMPUTERIZATION &
INFORMATION TECHNOLOGY
ACCEPTABLE MAKES LIST
SECTION-G
CENTRE F
OR
ENGINEERING & T
ECHNOLOGY
APRIL
202
3
43
COMPUTERIZATION &
INFORMAT
ION TECHNOL
OGY
S No.
ITEMS
CATEGORY
MAKE
1.
IT EQUIPMENT
1.1.
Desktop PC
B
DELL, HP, LENOVO
1.2.
Industrial PC /
Semi-
Rugged
Laptop
B
ADVANTECH
,
DE
LL, PANASONIC,
SIEMENS
1.3.
Laptop
B
DELL, HP, LENOVO
1.4.
Server
A
DELL, HPE, FUJ
ITSU, LENOVO/IBM,
ORACLE/SUN
1.5.
Network Switch/
Router/ WAP (I
T,
Office)
A
CISCO, DELL, EXTREME, HP/HPE,
RUCKUS
1.6.
Network Switch
/
Router/ WAP
(Industrial)
A
ADVANTECH, C
ISCO, HIRSCHMANN,
ROCKWELL, SC
HNEIDER, SIEMENS
1.7.
Cyber Security
Solutions
(Hardware/
Software)
A
CHECKPOINT,
CISCO, FORTINET,
JUNIPER, SOPH
OS, PALO ALTO
1.8.
Passive
network
components /
accessories
B
DIGILINK/SCH
NEIDER, MOLEX,
ROSENBERGER
, SYSTIMAX, TYCO
(AMP)
1.9.
UTP cable
B
DIGILINK/SCH
NEIDER, ELKAY,
MOLEX, SYSTIM
AX, TELELINK,
TYCO(AMP), U
NIVERSAL
1.10.
FO cable
B
BELDEN,
DIGIL
INK/SCHNEIDER,
FINOLEX,
LUCENT, MOLEX,
STARLITE, SYST
IMAX, TYCO(AMP),
ROSENBERGER
1.11.
Data storage
system
A
DELL/ EMC,
FU
JITSU, HP/HPE,
HITACHI, IBM,
NETAPP, ORACLE
2.
CCTV SYSTEM
2.1.
CCTV system
B
BOSCH, CP PLU
S, HONEYWELL,
PELCO, PANAS
ONIC, SAMSUNG,
SEIMENS, SON
Y, TYCO
2.2.
LED
display (40
” or
more)
B
HITACHI, LG, P
ANASONIC,
SAMSUNG, SO
NY
2.3.
Video wall
B
DELTA, HITACH
I, LG, PANASONIC,
SAMSUNG, SONY
Centre for Engineering & Technology
Ranchi-834002
U-2.
EI
DATED:
16TH
SEP.'97
REV
:01
TECHNICAL PARTICULARS OF DC MOTOR.
1.1.
Make
1.2.
Drive Equipment
1.3.
Power supply
/
1 -4.
Type
1.5.
Duty
1.6.
Rated power at an ambient
•
temperature of50 deg. C
\
1.7.
Rated voltage
1.8
Rated speed
1.9
Rated current
1.10
Excitation type/ current / voltage
1.11
No. of st-arts per hour.
1.12
Type of enclosure
1.13
Method of cooling
2.1.
Torque in kg in at
3.1.
Revolution
per minute at
BHEL,
Hardwar
Mixing &
Nodulising
drum. .
Suitable for supply from
Thyristors. However,
ripple content should not
exceed 10%.
DC
Mill
Duty (
S1 ).
730 kw.
500 Volts.
750 rpm.
1550 Amp-
Separate/ 14 Amp./ 230
volts.
20
IP52
TEFC (through external
blower.).
9295 Nt.-in
18590 Nt.-in
16267
Nt.-in
750
rpm-
754
rpm-
Motor
GA
Drw.
ref
: MEC.C317.LOO.25.€,306.E
Project.
Bhllai
steel
plant,
Smterplai`t 3 -Pkg
I
C.onsultant
MECON.
Bhilai
Title
: Manufacturer's data sheet for Dr,
f`.1otoi
Drw.
No.
: MEG.C317.L94.25
8473.E,
R.:i.i`
I,
Page2
ot.1
U-3
4.1.
6.3.
6.4.
Efficiency at 115 deg.
C
a.100°/o
full
load
b.
750/o
fullload
c.
50%
fullload
d.
250/o
fullload
Class of Insulation
Permissible temp. rise ( deg. C )
Frame size
Details of Armature & Armature winding
a.
Type of winding
b.
Inertia in kg meter square
(GD square).
c.
Resistance in hot condition at
115deg.C
d.
Resi`§tance in cold condition
at 20 deg.C.
a. Resistance of (interpole+comp.)
winding
at
20
deg./115
deg.C
b.
Resistance of field winding at
20
deg./115
deg.C
Details of field winding & field
a.
No. Of poles.
b.
Noof
coilsperpole
c.
Coils connection
6.5. Commutator details
a.
No. of segments
b.
Allowable wearing depth,
c.
Widthof Bar
d.
Maximum permissible current
per L`jar with ventilation
on
&
in
running
condition
Motor GA
Drw.
ref :
MEC.C317.I.00.25.8306.E
Project
: Bhilai steel
plant:
Siri!.er
plant 3
-Pkg
I
Title
: Manut-ac'iurer's beta
sheet for DC
Motel
9 4 . 2 0/o
94.0 %
93.5 %
90.0 %
H
100 for all windings by
resistance method.
MDS 824M
Simple
Lap
746
o.oo3`95o ohm.
0.002875 ohm.
•
0.00296/0.00406 ohm.
12.00
/ 16.5
ohm.
198
8 to
10 mm.
9.82 mm.
115A
Ccinsil!tant
: MECON,
Bh:Iai
Drw.
No.
: MECC317
L9d
258473E,Rev.{
,
Page:i
of4
6.6.
6.6.
9.1.
U-t'
Details of Bearing for DE & NDE
u.
Type ( NCE/CE)
b
Make
Details of arms
a.
Noof arms.
b.
No of brushes/brush holder
Per arm-
c.
Make
d.
Grade of carbon
e.
Length of brush
f.
Vvldth of brush
9.
Thickness of brush
h.
Recommended brush pressure
Recommended lubn.cation
Method of lubrication in running
condition.
Noise level
Mode/ place of vibration
measurement.
Weight in Kg.
`Tl-.
I.
i-4-'r/i;
I.1.'..`J
'.,'Jrq C^.1r
(i
,.11.I
,-.,
`
i
,,L
,.,.
i
tlAt`L}i`A,i{-2494u3
Prepared by
22240/ Nu240
SKF/ FAG/ NTN
6
8/4
- National Carbon Brush
Products, Calcutta for
brush holder.
~ Vidyut Carbon, Hardwar
for Brushes.
EG14
32.
25
50
200 gin/ square. cm
Grease (Servogem-2)
Grease (Through nipples
by grease gun.)
' As per IS
12065
As per ls 12075
8200 Kg.
Checked b\f
(
Aft-I,,AI
H1,i
,.,,,,
i
)
M`?I.a.:. GA
Drw.
ref :
MEC.C317.I,00.25.8306.E
Project
: Bhilai
steel
F`lar,:`
Sinter plarit
3
-Pkg
I
.=ci!`s`Jltant
`
MECON.
'Bhilai
Tit`!e
: ManiL.factu:'er.:`:
data
s!ieet fo,f.
tic.
Motor
'Drw.
No.
: MEC,.C317.i_94.25
847:i.E.
F`ev.t.
r7a`jL3
4
c3:'..::
Procedure
for
carrying
out
amendments
I
Toto\
no
of
sheets,
pertamino
to
a
Bra-.r`O
No.
are
nentioned
only
on
Sheet
No.
I
and
on
last
sheet
I
2
3
4
s
6
7
8
9ioii
i2i3i4i5
i6i7
.i8i92Oai
2
(
) -11
i
I.._u-[|.i.:
I-in-rl.'l''.IJ
A|phobet
in
the
lst
square,
of
the
4th
Blor:k
cf
squares.
inclicotes
latest
arrendnent
or
the
status
ct.
the
i€€._.c`
of
the
cJro*ing.
3
|n
case
of
changes,
the
artendnent
to
Pro.mg
No.
.iu
be
carried
out
only
on
those
sheets,
L`
-I.:ch
char,8€s
hove
token
plcice
oncI
On
Sheet
No.
I
for
tne
purpcjse
a+-
sumory
oF
onencln€nt5.
The
5oir`€
proct.Our€
.iu
continiie
for
subsequent
Changes
but
every
acldi+.¢nol
change
.ill
be
inclicoted
by
use
of
next
ru.era!
e.9.
Soy
onendr`ent
`1.
tot<es
Plac.
in
Sh.ct
No.
3.4.7.
Theh
nunerat
`1.
-itt
oopeor
in
lst
squa..
of
4th
a`ocL
of
DrQ-ing
No.
written
on
Sheet
No.
3.4.7
t
I.
f-urthcr,
sa}',
next
on€nclr`€nt
tok.s
i]`oc€
in
Sn€et
Nc)
J,5.9
Then
nunerol
`2`
.ill
appc.or
in
lst
sc|uore
of
the
4tn
Block
af
Bra.ino
No.
.rjtten
on
Sheet
No
3.S.9
[
I
Cue-
though
Sheet
No.
5
9
9
do
r`ot
hove
anendrent
.1' .artier.
they
d;rectty
.`lt
hove
onenclrient
`£`
a.
Separate
tobutar
Corn
of
ah.nchent
co`um
does
not
appear
on
Sheet
No
I
but
do.s
appea.
on
alt
ra.a;ul.9
sheets.
The
brief
description
in
these
cat-s
inclicates
the
refer.nco
of
Client.S/Soles
Of fiee`s/Vork's
letter
or
actual
chang.s
done
in
the
dro.ing.
The
date-co`unn
inclicates
.h.n
the
onenalnent
has
.Oe€n
cQrried
out
The
actuol
and
lot.St
Changes
are
hiohtiohted
I)y
ora.ino
a
Circular
shape
around
than
ancl
by
~;tina
a.-.erid-ent-
o`phobet
in
a
triongle
near
this
circulor
fora.
5.
Reference
Dro.ino
Nos.,
.herever
r`entionecl.
sho.
basic
Bra.ino
Nos.
.ithout
any
a.endne^t
Tho
info.-ot:a-
about
the
latest
issue
of
any
dra.ing
Can
be
obtahed
only
fran
`ate5t
copy
of
`li5t
of
Oocuncr`t5-
Ihicn
.s
sent
o`ong
..th
Set
of
dro.ings
f`or
every
clrowing
subnissjon.
Sunnar
of
Anenc*nents
.
NOTE'S
MC]DIFIEI)
sfroatur..u„h
Name..,
`oL-
hirmw
LtwTtED
Approved
vide
MECON.S
letter
reference
02/10/C31?/5A/03033
dated
29.08.1997
PRINCIPAL
STEEL
AUTHORITY
0F-
[NI)IA
LTD.
.
BHILAI
STEEL
PLANT
"ITSUI
CON TeAC TOR: -
&
CD.
LTD.
TcciiNicAi
LCAncR
KAWASAK}
ST-EEL
C=lRP
C`ONSULTANTS
:-
! I-:ETALLURGICAL
&
ENGINEERING
i
CONSULTANTS
(lt\lDIA)
LIMITED
C 0;i i a 4C T OF' . -
S I 1',: M E N S
i
iDRc,.NH.
iM!E!c!EEHjl.'2i6E8lilo
1
EEriTL=EZ=l
II
SCCTI0h'
:
BHILAI
STEEL
PLANT
SICN.
NF\HE
iiI
I
SINTERING
PLANT
t\'0.3
Ph'G.SP3-.i
rDsrJN.
*
IC.
DRWN.
BKB
TITL[`~
DATA
SH.E
<Jr.r
FOR
DC
MOTOR
L¥i±gr--==~
iC,.`C=I,iaCJ
taco.
11
73OKw_FOR
M[x[NG
&
NODULrz[NG
DRuh,i
EELife=-=-=
haT,-i#i
TPH
-
C.Iient
:- BHILAI
STEEL
PLANT
Soles
Ref.:
-PRJ/STL/205
24il01
Project
:- SINTER
PLANT-3
\'''. C,. 'jo.-
PACKAGE
I
!TEM
t`.C`.
QTy.
|JJ=
DATE.
. rm.
Descrirjlicln
- DC
MOTOR
7`30K\``.'+-OE
llixlr\tr`
;,-
•<a
I
PREP.
BKB
NODUuZINC
DRl,lt./
.-=.-..':
|J
CKD.
IG,
work: -
1
NOR'M
TPM
i-3l.
UC^
i,T.A0FFIci;
lssuE
REMARKS
i
OATE
PREP.
De:a,;sl--
DATA
SHEET
FOR.
[`C
,.,,:0-i-C);2
--_\®.c,:13
._ i.~
{{¢;£jEfjEn o __
H±[]_I.
E=T
U-b
DATA SHEET FOR DC MOTOR
1.01
Make
1.02
DriveEquipment
1.03
Rated power at an ambienttemperature of50°C
1.04
Ratedvoltage
1.05
a)Ratedspeed
b) Variation
1.06
Efficiency (typical)
1.07
Rated Full Load current (typical)
1.08
a)ExcitationType
b) Excitation Current / Voltage
1.09
Typeofenclosure
1
10
.Methodofcooling
1.11
Duty
1.12(a)
Max.Torque
(b)
Acceleration time
1.13
Classof Insulation
1.14
Temp. rise restriction over40deg.C
As per lpss:1 -03-005-86)
1.15
Electrical Feeding source
1.16
Field feeding soilrce
Shaft extension provision
Anti-(. |ndensation heater
RTD provision
Terminal box
As per preferred makes list of BSP
Mixing and nodulizing drum
730 kw
500 V DC
750 rpm
0 - 75(, i,in
92 % (approx)
1 569 A
Separate field
230 V/ 14 Amps (approx)
lp52
See ntite
1
Continuous
1750/o during starting(As per KSC document
KT-10;i;
)
7-10 sees.
H
a) 110 dog.C for Amature
b) 125 beg.C for field
6-pulse 4 quadrant
Tnyristorized DC drive
Single q uadrant thy,istorized pack.
For Tacho.Mounting
`'z40V,(Wattage as per manufacturer)
For St€]tor winding and bearing
a) Segregated for armature, fielci,space heater
&RTD
b)Arm;]t jre TB sna!!
L7e suitable for mat-.1 Znos.
1C X 400 Sq mm Al cables
:'01 E
RE\' 1
I
I()-H2002-T001
ShJ\O.
28.10-96
2
21.07.97
21.07.97
uS SALES REF.
No.
Of
/STL/20524001
sn3l
Note:-
1.Coolingbyextemallynrountedfan-filterunit.AirinletthrchghbattomandoutletthroughTop.
Alr flow/pressureswitchwiMbeprovidedforairflowmonitoring.AitinletatCEandoutlet
atNCEtomeetcoolingrequirementot`thecommutator.
2.MmdutyDCmotorsasperlpss1-03-005-86areavailableonlyupto150kw.
tlence.thismotorwillbecustombuiltwithtypeofconstructionsuit:`blefor730KW(aspermanufacturer).
3.AIlotherdataasiequiredbyTechnica`particularsOfDCmotor;Table1103ofcontractshaMbefumi§hed
in the Manufacturer's data sheet for reference.
4.Motorwiubesuitableforoperate`I..ithSIEMENSmake6RA24conti-olleT.(DC[)RIVE)
5.Motorcharacteristiccurves,Calculationforseledionofblowershanbefumisnedinduecourse.
6. Compensating winding shall be coil type.
7.ThisdatasheetisinaccordancewithI.ioMdated28.08.97betweenBSP/MECON/Siemen§fl3HEL.